SOLICITATION NOTICE
R -- Rust GeoTech Health Care Insurance and Plan Administration
- Notice Date
- 6/7/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- 1000 Independence Ave. SW, Washington, DC 20585
- ZIP Code
- 20585
- Solicitation Number
- DE-RP01-07LM00105
- Response Due
- 7/10/2007
- Archive Date
- 8/9/2007
- Small Business Set-Aside
- Total Small Business
- Description
- NOTICE / SOLICITATION HEALTH CARE INSURANCE AND PLAN ADMINISTRATION A. INTRODUCTORY BACKGROUND STATEMENT This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. These services are being acquired using simplified acquisition procedures in accordance with FAR 13.5 ??? Test Program for Certain Commercial Items. Solicitation Number: DE-RP01-07LM00105 Solicitation Type: Request for Proposals Provisions and Clauses in Effect: Through Federal Acquisition Circular 05-17 Set-aside: This procurement is 100% set-aside for small businesses. NAICS Code: 524114 (Direct Health and Medical Insurance Carriers). The size standard for this NAICS code is $6.5M. B. DESCRIPTION OF REQUIREMENT This requirement is for health care insurance and administrative services necessary to manage the health care insurance plans per Attachment A, Statement of Work. A description of each health care plan is provided in Attachment B - Health Plan Descriptions. Unless otherwise stipulated, the Contractor shall provide all personnel, personnel management and supervision, materials, supplies, and equipment, necessary to perform this contract. C. PERIOD OF PERFORMANCE The period of performance for this award is five years from the effective date of award. D. TYPE OF CONTRACT This is a fixed-price contract with economic price adjustment, configured to accommodate fluctuations in insurance premiums in accordance with standard commercial practice. E. TYPE OF COMMODITY These services are considered to be a commercial item and are being procured under the provisions of FAR Part 12 and Subpart 13.5. F. APPLICABLE CONTRACT CLAUSES The following clauses will apply, as applicable, to this solicitation and to the contract resulting from this solicitation: (FAR clauses are available on the web at http://www.arnet.gov/far/ ) FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation-Commercial Items (Modified to include Item H below) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (To be completed and returned with offer if the offeror has not completed the annual representations and certifications electronically at http://orca.bpn.gov) FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes and Executive Orders-Commercial Items FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-14 Limitations on Subcontracting FAR 52.224-1 Privacy Act Notification FAR 52.224-2 Privacy Act Other following special clauses which will become part of the award: ESTABLISHMENT OF PREMIUM RATES Notwithstanding any other provisions regarding premiums or rates, premiums shall be set by the Rocky Mountain Health Plan, in accordance with State insurance regulations and established industry practice. The initial premium rates set forth in this contract shall be those in effect at the time of contract award. This contract shall be modified to incorporate any approved premium rate change provided by the Health Care Insurance Provider in accordance with the provisions of clause entitled ???Economic Price Adjustment ??? Insurance Premiums???. ECONOMIC PRICE ADJUSTMENT ??? INSURANCE PREMIUMS a. The unit price stated in the Schedule is the current established price in effect on the contract date. The term "unit price" excludes any non-premium or non-premium related costs beyond those used in standard commercial practice. The term "established price" means a price that- (1) Is an established market price for health care insurance supported by actuarial data developed in accordance with the guidelines applicable to the insurance industry; and (2) Is the net price after applying any standard trade discounts offered by the Contractor. b. The Contractor shall promptly notify the Contracting Officer of the amount and effective date of each decrease in any applicable established price. Each corresponding contract unit price shall be decreased by the same percentage that the established price is decreased. The decrease shall apply to insurance coverage provided during the period of contract performance for which the decreased rates apply. This contract shall be modified to reflect the decreased premium rates. c. If the Contractor's applicable established price is increased after the contract date, the corresponding contract unit price shall be increased, upon the Contractor's written request to the Contracting Officer, by the same percentage that the established price is increased. The increase shall apply to insurance coverage provided during the period of contract performance for which the increased rates apply. This contract shall be modified to reflect the increased premium rates subject to the following requirements. (1) The increased contract unit price shall not apply to contract periods prior to the date of the premium rate increase. (2) No modification increasing a contract unit price shall be executed under this paragraph (c) until the Contracting Officer verifies that the increase is fair and reasonable. COMMISSIONS Any commission received by the contractor as a result of this contract shall be credited to the government as a cost reduction. G. SUBMISSION OF PROPOSALS Proposal Due Date Proposals are due on or before 7:00 p.m. Eastern Time, July 10, 2007. Electronic Proposal Preparation Instructions Proposals are expected to be prepared in accordance with this section. Offerors are advised that the submission of your proposal in an electronic format is required utilizing the Industry Interactive Procurement System (IIPS) through the Internet at http://e-center.doe.gov/ . IIPS provides the medium for disseminating solicitations, receiving proposals, and evaluating proposals in a paperless environment. Individuals who have the authority to enter their company into a legally binding contract and intend to submit proposals via the IIPS system must register and receive confirmation that they registered prior to being able to submit an application on the IIPS System. An IIPS ???User Guide for Contractors??? can be obtained by going to the IIPS Homepage at http://e-center.doe.gov and then clicking on the ???Help??? button. Questions regarding the operation of IIPS may be e-mailed to the IIPS Help Desk at IIPS_HelpDesk@e-center.doe.gov or call the Help Desk at (800) 683-0751. ONLY PROPOSALS SUBMITTED THROUGH IIPS WILL BE CONSIDERED FOR AWARD. Proposals submitted electronically must be in a format that can be read by Microsoft Office products. Overall Arrangement of Proposal The overall proposal shall consist of physically separated volumes, individually entitled as stated below and submitted through IIPS at https://e-center.doe.gov . PROPOSAL VOLUME -- TITLE PAGE LIMITATION Volume I ??? Offer and Other Documents none Volume II -- Technical Proposal 10 pages Volume III -- Cost Proposal Attachment C Content of Proposals Volume I Offer and Other Documents shall include FAR 52.212-3 Offeror Representations and Certifications-Commercial Items if the offeror has not completed the annual representations and certifications electronically at http://orca.bpn.gov. Volume II Technical Proposal should be no more than ten (10) pages in length. The technical proposal should be single-spaced, Times New Roman font, 12 point or equivalent with a minimum of 1??? margin on each side, printable on 8 ????? by 11??? paper. Technical proposals must (1) substantiate the offeror???s ability to provide the required administrative services by describing the firm???s capabilities and resources; and (2) provide at least three past performance references of similar type, scope and complexity. Volume III Cost Proposal must provide a price for the following line items for each of the five years of the contract: (1) Premium Price (Price provided by the Government in ???Attachment C-- Government Forecasted Premiums???) (2) Administration Price (Fixed price/month to administer the Health Care Insurance Program). (Utilize the ???Attachment C - Government Forecasted Premiums??? file, insert the offeror???s name and the administration price and provide as the price proposal). IIPS Registration In order to submit a proposal, you must be authorized by the offeror (i.e., institution or business entity) to submit a proposal on its behalf and you must register in IIPS. You are encouraged to register as soon as possible. You only have to register once to apply for any DOE award. To register: ??? Go to the IIPS website at http://e-center.doe.gov . ??? Click on the ???Register??? button on the left. ??? Click on the box that says, ???Check this box for IIPS??? ??? Click on ???Proceed to Form???. ??? Read the ???Security Alert??? and click on ???Yes??? to proceed. ??? Read the ???Notice of Disclaimer??? and click on ???I Accept???. ??? Complete the Registration Form. ??? Click on ???Submit Registration???. You will receive an email confirming successful registration. If you do not receive an email confirmation within one business day, contact the IIPS Help Desk at 1-800-683-0751 and select option 1, or send an email to HelpDesk@e-center.doe.gov . Note the user name on your confirmation and your password for future reference. You must use this user name and password for any proposals submitted in IIPS. Questions and Communications All requests for explanation or interpretation of any part of the solicitation must be submitted through the "Submit Question" feature in IIPS. Once a question is submitted, it can not be edited. Questions submitted as well as the government???s response to these questions may be viewed by using the "View Questions" feature in IIPS. Any questions received within 1 week of the proposal due date may not be answered prior to the date that proposals are due. The Government shall not respond to questions submitted by telephone, E-mail or in person at any time. Offerors are encouraged to periodically check IIPS to ascertain the status of any amendments and review the answers to questions as hard copies will not be distributed. H. EVALUATION - COMMERCIAL ITEMS a. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Proposals will be evaluated to determine (1) technical capability of whether and how well the offeror can provide the required administrative services to meet the Government need, (2) the extent to which the offeror has an acceptable past performance record, and (3) which offer provides the lowest price to the government. The technical capability and past performance will be evaluated in descending order of importance and when combined will be more important than the price. However, the price will be given increased weight in making the award decision as the other factors of competing proposals become more nearly equal. b. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. I. INQUIRIES Inquiries regarding this notice/solicitation should be addressed to the Contracting Officer at the following address. Laura E. Freeman Contracting Officer U. S. Department of Energy Office of HQ Procurement Services, MA-643 c/o Office of Legacy Management Research Ridge #4, K09 3610 Collins Ferry Road Morgantown, WV 26507 Phone: (304) 285-4079 FAX: (304) 285-2077 J. ATTACHMENTS Attachment A - Statement of Work Attachment B - Health Plan Descriptions Attachment C - Government Forecasted Premiums
- Web Link
-
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/140DC405D35EB0528525728900761C2D?OpenDocument)
- Record
- SN01312447-W 20070609/070607220454 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |