Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 08, 2020 SAM #6614
SOLICITATION NOTICE

Q -- Dentist Services

Notice Date
1/6/2020 2:08:02 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621210 — Offices of Dentists
 
Contracting Office
GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
 
ZIP Code
57401
 
Solicitation Number
RFQ-20-022
 
Response Due
1/17/2020 10:00:00 AM
 
Archive Date
02/01/2020
 
Point of Contact
Wenda Wright, Phone: 6052267724, Fax: 6052267669, Craig Wells, Phone: 6052257333
 
E-Mail Address
wenda.wright@ihs.gov, craig.wells@ihs.gov
(wenda.wright@ihs.gov, craig.wells@ihs.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice, FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994) (Public Law 103-355) & FAR 37.4, Non-Personal Health Care Services Contract (10 U.S.C. 2304 and 41 U.S.C 253). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Great Plains Area Indian Health Service (IHS) intends to award a Firm-Fixed Price, Non-Personal Health Care Service, Commercial Item, ID/IQ, Contract in response to Request for Quote (RFQ) RFQ-20-022. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-03. This RFQ is issued as a 100% Service Disabled Veteran-Owned Small Business (SDVOSB) Set-aside and the associated NAICS Code is 621210, which has a small business standard of $8.0. The quoted unit pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state and local taxes) plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates. Complete the attached Price Schedule for: Base Year:� January 27, 2020 thru January 26, 2021:� 2080 Regular Hours @ $__________per hour, totaling $____________. Option Year 1:� January 27, 2021 thru January 26, 2022:� 2080 Regular Hours @ $__________per hour, totaling $____________. Option Year 2:� January 27, 2022 thru January 26, 2023:� 2080 Regular Hours @ $__________per hour, totaling $____________. Option Year 3:� January 27, 2023 thru January 26, 2024:� 2080 Regular Hours @ $__________per hour, totaling $____________. Option Year 4:� January 27, 2024 thru January 26, 2025:� 2080 Regular Hours @ $__________per hour, totaling $____________. � � To provide two (2) General Dentists for the Fort Thompson IHS Health Care Center, Fort Thompson, South Dakota. See attached Statement of Work. Services will be provided for the Fort Thompson IHS Health Care Center, 1323 BIA Route 4, P.O. Box 200, Fort Thompson, South Dakota.� The period of performance will be March 1, 2020 through February 29, 2021. FAR 52.212-1 Instructions to Offerors-Commercial Items (October 2018). � Quotes shall be submitted on company letterhead stationery, signed, dated and it shall include: � Solicitation number RFQ-20-022. Closing Date: January 17, 2020 at 12:00 pm CST. Name, address and telephone number of company and email address of contact person. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. This may include product literature, or other documents, if necessary. Price and any discount terms. �Remit to� address, if different than mailing address. A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically). Acknowledgment of Solicitation Amendments (if any issued). Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. � ��������������� In addition, Contractors shall provide the following: � Shall meet the Description of Services/Contractor Responsibility/Qualifications/Technical Requirements as stated in the Statement of Work and provide copies of the required documents (if needed). Name and phone number of three (3) current professional references. Complete and sign Child Care Position Provisional Authorization. Complete and sign the Declaration for Federal Employment � Optional Form 306. Complete and sign Addendum to Declaration for Federal Employment (OF306). Complete and sign Licensure Requirement Form. Copy of malpractice insurance coverage. Copy of a recent Health Examination. Copy of Diplomas/Specialty Certifications. Current CV/resume. � FAR 52.212-2 Evaluation � Commercial Items (October 2014) � See attachment for full text. Please respond to the technical evaluation questions and submit with other required information. FAR 52.212-3 Offer Representations and Certifications-Commercial Items (December 2019) See attachment for full text. The Offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. FAR 52.212-4 Contract Terms and Conditions-Commercial Item (October 2018) � See attachment; in by reference. � FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (October 2019) - See attachment for full text. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including below. � Offers will be accepted electronically, Submit via e-mail to the following: Great Plains Area Indian Health Service Attn: Wenda Wright, Contract Specialist 115 4th Ave. SE, Room 309 Aberdeen, SD 57401 Or fax to 605-226-7669 or email wenda.wright@ihs.gov � Questions in regards to this solicitation shall be submitted in writing by either email, fax or mail no later than January 10, 2019, 12:00pm CST. � Contractors will need a DUNS number, TIN number, and be registered with www.sam.gov. A security pre-clearance must be performed for any employees referred to IHS through this contract. Fingerprints must be completed and adjudicated prior to services being performed under this contract. No contract award shall be made to any vendor or provider listed on the OIG Exclusion List http://exclusions.oig.hhs.gov throughout the duration of the contract.� It shall be the responsibility of the contractor to notify the acquisition official if there is a change in provider. Performance of this contract will require routine access by employees of the Contractor or its subcontractors to facilities or systems controlled by the Indian Health Service (I.H.S.).� Before starting work requiring routine access to I.H.S. facilities or systems each person must complete a FBI National Criminal History Check (Fingerprint Check) adjudicated by an I.H.S. employee using the Office of Personnel Management Personnel Investigations Processing System.� Contractors shall allow five business days for I.H.S. processing of fingerprints taken electronically at an I.H.S. site and thirty business days for non-electronic processing of fingerprints using FBI Form FD-258.� A list of I.H.S. sites with electronic fingerprint capability is available from the Contracting Officer. In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the HHS Office of Inspector General List of Excluded Individuals/Entities (LEIE), http://exclusions.oig.hhs.gov.� As soon as practicable prior to the start of work, the performance of the work the Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting Officer the names of any additional or substitute employees for screening before they begin work. The Contractor is responsible for conducting security preclearance investigations in sufficient depth to ensure that each Contractor or subcontractor employee referred to I.H.S. is not on the LEIE and can obtain a favorable fingerprint clearance.� Each security preclearance shall be conducted sufficiently in advance of the start of performance to avoid delays caused by denial of access.� If this is a Time and Materials, Labor-Hour or Cost Reimbursement contract, the contractor shall not charge for or be reimbursed for labor hours or other costs incurred for employees who are unable to perform due to denial or access or the excess time required to resolve and clear unfavorable security clearance findings.� If this is a Fixed Price contract, denial of access due to security clearance findings shall not be a basis for excusable delay or an increase to the contract amount. Government will pay for the cost to process the contractor's suitability clearances.� However, multiple investigations for the same position may, at the Contracting Officer's discretion, lead to reduction(s) in the contract price of no more than the cost of the extra investigation(s). �General Dentist(s) will arrive on a Business Day ONLY to complete all Orientation and Background procedures. The Clinical Director or Designee will ensure all Orientation and Background procedures have been completed and an email will be sent to the Contracting department to state as such.� The General Dentist(s) will NOT see patients until Background/Fingerprints have been cleared.� �The standards of medical practice and duties of the Contractor through its General Dentist(s) shall be determined pursuant to the bylaws of the Service Unit.� The regulations of the hospital, applicable provisions of law, other rules and regulations of any and all governmental authorities relating to licensure and regulation of physicians and hospitals must be followed.� Also the standards and recommendations of Centers for Medicare and Medicaid Services (CMS) or the Accreditation Organization must be adhered to.� The Contract General Dentist(s) shall be required to participate in a quality improvement program, which is consistent with current requirements for ongoing monitoring and evaluation of the quality and appropriateness of care.� ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ.� In addition, it must contain a statement to the effect that it is firm for a period of at least 30 days from the date of receipt by the Government.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9cf8f13cc9564ec183a433507a97610c/view)
 
Place of Performance
Address: Fort Thompson, SD 57339, USA
Zip Code: 57339
Country: USA
 
Record
SN05527114-F 20200108/200106230127 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.