SOLICITATION NOTICE
Q -- DENTAL CONSULTANT - FAR provision 52.212-3, Offeror Representations and Certification - Commercial Items (AUG 2009)
- Notice Date
- 11/25/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621210
— Offices of Dentists
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
- ZIP Code
- 59107
- Solicitation Number
- RFQ-10-10-012-REL
- Archive Date
- 12/26/2009
- Point of Contact
- Rita E Langager, Phone: 406.247.7293
- E-Mail Address
-
rita.langager@ihs.gov
(rita.langager@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Federal Acquisition Regulation (FAR) provision 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2009), that must be completed and submitted with the offer. 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. The procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of Federal Acquisition Regulation (FAR) Subpart 13.5, Test Programs for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), and FAR Subpart 37.1, Personal Services Contracts (Public Law 103-332, Department of the Interior and Related Agencies Appropriation Act, Title II, September 30, 1994, 108 Stat. 2530, as implemented by 5 U.S.C. 3109). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a fixed-price commercial item contract in response to Request for Quotation (RFQ)-10-10-012-REL. This solicitation is restricted to 100% Small Business concerns. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. The associated North American Industry Classification System code is 621210 and the small business size standard is $7.0 million. Prospective contractors are requested to provide an offer for the base year and each subsequent option year. PRICE SCHEDULE - DENTAL CONSULTANT: BASE YEAR: 112 days @ $___________________ per day = $________________________; OPTION YEAR ONE: 112 days @ $___________________ per day = $________________________; OPTION YEAR TWO: 112 days @ $___________________ per hour = $________________________; OPTION YEAR THREE: 112 days @ $___________________ per hour = $________________________; OPTION YEAR FOUR: 112 days @ $___________________ per day = $________________________; GRAND TOTAL: $________________________. STATEMENT OF WORK: Advisor to the Area Director and other Area and service unit staff for development, coordination, implementation, and evaluation of the dental program and all matters pertaining to oral health. Provides services for patients in service units as directed by the Area Director. Service shall include appointed care and dental emergency services as identified below. Examines and diagnoses the oral health related conditions of individual requesting care, refers individuals for consultation when appropriate, therapy in conformance with approved clinical privileges, educates individuals in the nature of oral health related conditions, recommended therapy and in the general promotion of oral health and prevention of disease. Provides technical guidance to the dental staff at the service units and staff assigned to the Area Dental Office. Provides orientation to dental staff and other IHS personnel. Plans career development activities for all Area dental program staff. Serves on committees, files reports and answers all correspondence. Establishes and maintains relations with other health disciplines, tribal health organizations, and other official and non-official health education and governing organizations. The Contractor will submit written progress reports to the project officer on a quarterly basis. Quarterly meetings will be held to discuss the written updates of progress and any problem areas. KNOWLEDGE REQUIRED BY THE POSITION: Must have a degree of dentistry from an accredited school of dentistry, encompassing knowledge of dental diseases, preventive, corrective and rehabilitative dental services, and related treatment plans. At least 10 years of general practice experience in IHS and a Masters in Public Health. Position commands a working knowledge of public health dental programs to advise the Area on material and personnel resource requirements. Is familiar with both the civil service and U.S. Public Health Service Commissioned Corps personnel systems. Points for experience and advanced dental education. SUPERVISORY CONTROLS: Assignments are received from Area Director and/or Assistant Area Director, patient care programs of higher authority and are usually in broadly defined terms allowing innovative or creative thinking either independently or in groups. Completed work is considered technically authoritatively assessed to assure fulfillment of program goals, objectives, and plans of action and other administrative parameters. Normally performs routine duties without higher authority. Professional guidance by Chief, Dental Services, IHS. GUIDELINES: DHHS, PHS, HAS and IHS directives. IHS manual of dental program policies, goals and objectives. Three separate IHS dental program manuals that describe criteria and standards of program operation covering program efficiency, effectiveness, and staff development. One separate IHS publication for assessing the quality of dental services provided to consumer. One document describing the IHS dental data collection procedures. Judgment and ingenuity is a must in interpreting the meaning and application of the guides. Contractor is frequently recognized as a technical authority in the interpretation of the guidelines. COMPLEXITY: Planning, developing, implementing, budgeting, and evaluating the Area Dental program must fall within the administrative parameters of the total IHS and Area guidelines and directives. Contractor handles complex program problems that relate to program operation, efficiency, effectiveness, and staff development. These problems are usually associated with non-dental professionals who fail to understand or recognize the appropriate solutions and therefore require specific explanations that are clear, concise, and accurate. Contractor is involved in a wide spectrum of dental program elements - designing clinics, appraising equipment and supplies, efficiency studies on manpower utilization for staffing patterns, data processing methods of collecting data, interpreting data in understanding and explaining dental public health concepts and philosophy. SCOPE AND EFFECT: Judgment affects outcome of Area-wide programs in terms of program efficiency, effectiveness, and staff development. Judgmental failure or lack of action results in the delay or non-achievement of program objectives. PHYSICAL DEMANDS: General demands as associated with patient care services. WORK ENVIRONMENT: Area Office encompassing and administrative environment. Travel to other regions of the United States to attend IHS program and/or professional workshops, meetings and/or conferences. Travel to various service units to provide patient care and other field stations of the Area program. GOVERNMENT FURNISHED PROPERTY: The IHS agrees to provide the Contractor with the following: (1) Office space including a computer, office supplies and telephone; (2) Clerical support; (3) Travel costs and any other transportation expenses in accordance with the Federal Travel Regulations (41 C.F.R. Chapter 300 through 304); and (4) General Services Administration (GSA) vehicle. The Contractor is authorized, for official purposes only, to utilize interagency fleet management system (IFMS) vehicles and related services. The Contractor shall provide evidence of motor vehicle liability insurance covering bodily injury and property damage to protect the Contractor and the Government against third-party claims arising from the use of an IFMS vehicle. The Contractor shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The Contractor shall comply with the requirements of FAR subpart 51.2, 41 CFR 101-39, 41 CFR 102.34 and the operator's packet furnished with each vehicle. PERIOD OF PERFORMANCE: The performance of this contract shall be from January 1, 2010 through December 31, 2010, with four 12-month options. COMPUTER SECURITY: Pursuant to the Federal Information Security Management Act of 2002 (FISMA), the contractor will be required to complete a course in Computer Security Awareness Training (CSAT). This training must be completed annually by all employees including all contractors. The Contractor will be required to comply with the Federal Information Processing Standards Publication (FIPS PUB) Number 201, "Personal Identity Verification of Federal Employees and Contractors," and the associated Office of Management and Budget (OMB) implementation guidance for personal identity verification for all affected contractor and subcontractor personnel. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes has been made 15 days after each quarter. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The project officer shall be responsible for: (1) Monitoring the Contractors technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the Supervisor. The Contractor agrees to include the following information on each invoice: (1) Contractor's name and address; (2) Contract Number; (3) Invoice number and date; (4) Dates of Service including the number of hours worked and total amount due; and (5) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children's services are provided. CHILD CARE NATIONAL AGENCY CHECK AND INVESTIGATION (CNACI). A CNACI must be completed for all Indian Health Service (IHS) contractor personnel within the Billings Area. Public Law (P.L.) 101-630, Indian Child Protection and Family Violence Prevention Act and P.L. 101-647, Crime Control Act of 1990, require the IHS to conduct a character and criminal history background investigation on all contractors performing services in IHS facilities. The character and background investigations will be conducted by the Billings Area IHS Office. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 1999): (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 CONTRACTOR SHALL PROVIDE EVIDENCE OF, OR SUBMIT A WRITTEN RESPONSE TO, THE FOLLOWING TECHNICAL EVALUATION FACTORS. The following factors shall be used to evaluate offers and are included in the relative order of importance: (1) Professional Education. = 50 Points. Must have a degree of dentistry from an accredited school of dentistry, encompassing knowledge of dental diseases, preventive, corrective and rehabilitative dental services and related treatment plans. (2) Post-Graduate Training. = 25 Points. Offerors must provide evidence of additional specific or program pertinent training. (3) Position commands a working knowledge of public health dental programs to advise the Area on material and personnel resource requirements. = 10 Points. Is familiar with both the civil service and U.S. Public Health Service Commissioned Corps personnel systems. (4) Past performance information. The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts/jobs. The offeror must list at least three contracts/jobs and include the following information. (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service/Employment; (4) Total contract value/Hourly wage; (5) Description of contract work/Job duties; (6) Contracting Officer/Company Manager and telephone number; (7) Program Manager and telephone number, if applicable. = 15 Points. Technical and past performance, when combined, are approximately equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-9, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.245-1, 52.249-12, 52.251-1, 52.251-2, 352.202-1, 352-215-1, 352.215-70, 352.223-70, 352.224-70, 352.232-9, 352.270-2, 352.270-3, 352.270-4, 352.270-6, 352.270-7, 352.270-10, 352.270-11, 352.270-12, 352.270-13, 352.270-16, 352.270-17, 352.270-18, and 352.270-19. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.arnet.gov and http://hhs.gov/oamp/dap/hhsar.html. CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST REGISTER WITH THE DEPARTMENT OF DEFENSES CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE. THE CCR IS THE PRIMARY GOVERNMENT REPOSITORY, WHICH RETAINS INFORMATION ON GOVERNMENT CONTRACTORS. YOU MAY REGISTER VIA THE INTERNET AT HTTP://WWW.CCR.GOV OR BY CALLING (888) 227-2423. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with its offer. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 2:00 p.m., on December 11, 2009. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your name and address. Offers will also be accepted by e-mail at Rita.Langager@ihs.gov or by fax at (406) 247-7108. 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 90 days from the date of receipt by the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-10-012-REL/listing.html)
- Record
- SN02011779-W 20091127/091125235146-d12aabef9e7c53f67a6f11b1e9d1ad23 (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 |