SOLICITATION NOTICE
Q -- Area-Wide Reference Laboratory and Pathology Services for the Aberdeen Area Indian Health Services - Package #1
- Notice Date
- 8/16/2011
- Notice Type
- Presolicitation
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
- ZIP Code
- 57401
- Solicitation Number
- RFP-241-11-22
- Archive Date
- 9/24/2011
- Point of Contact
- Jana R. Gipp, Phone: 605-226-7317, Carol A Diaz, Phone: 605.226.7567
- E-Mail Address
-
jana.Gipp-Shields@ihs.gov, carol.diaz@ihs.gov
(jana.Gipp-Shields@ihs.gov, carol.diaz@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Enclosure 7 Enclosure 6 Enclosure 5 Enclosure 4 Enclosure 3 Enclosure 2 Enclosure 1 Letter to Vendors 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Aberdeen Area Indian Health Service (IHS) intends to award a firm fixed price, non-personal service, commercial item, requirements type of contract in response to Request for Proposal (RFP) RFP-241-11-22. This solicitation is a Small Business Set-aside. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. The Associated North American Industry Classification Code is 621511 and the Small Business size standard is $13.5 million. The period of performance for the Base Year will be from October 1, 2011 through September 30, 2012. The Option Year One is from October 1, 1012 through September 30, 2013. The Option Year Two is from October 1, 2013 through September 30, 2014. The Option Year Three is from October 1, 2014 through September 30, 2015. The Option Year Five is from October 1, 2015 through September 30, 2016. The contract resulting from the solicitation is a requirement type of contract. A requirement contract does not obligate any funds. Funds will be obligated on an as needed basis and placed against the contract through the issuance of Delivery/Task Orders. Orders may be submitted electronically, facsimile, or hard copy. Security Pre-clearance must be performed for any employees referred to IHS through this contract. Also, 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. Fingerprints must be completed and adjudicated prior to services being performed under this contract. PRICE SCHEDULE: Please see Enclosure One (1), Bid Schedule. STATEMENT OF WORK: See attached Enclosure Two (2), Statement of Work. REPORTING REQUIREMENTS AND DELIVERABLES: The contractor shall submit all reports included in attached "Enclosure 3, Reference Laboratory and Pathology Services; Schedule of Deliverables or Reporting Requirements" as required to be in compliance with the terms of the contract. All reports shall be submitted to the COTR: Jerald Traversie, COTR, Aberdeen Area Indian Health Services, Room 309, Federal Building, 115 4th Ave SE, Aberdeen, South Dakota, 57401, (605) 226-7567. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit a signed invoice to the COTR at the Aberdeen Area Indian Health Service on a monthly basis. The Contractor shall submit an original invoice to Accounts Payable, Aberdeen Area Indian Health Service, Division of Financial Management, Financial Management Branch, 115 4th Avenue SE, Aberdeen SD 57401. The Contractor agrees to include the following information on each invoice. (1) Contractors name, address, title, and telephone number, (2) Contract Number (entire contract number must be included); (3) Invoice number and date; (4) Cost or price; (5) Dates of Service including the number of hours worked; and (6) Duns Number and Tax Identification Number (TIN). SPECIAL CONTRACT REQUIREMENTS: Contractors cannot serve as expert witnesses in any suit against the Federal Government. Many of the IHS patients receiving services may only speak a native language and/or reside on a Native American Reservation, therefore, the Contractor must demonstrate sensitivity to cross-cultural and language differences. 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 contractors, volunteers, students, and summer externs. 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. QUALITY ASSURANCE: A post award orientation conference with the contractor may be held following the award of the contract (within 30 days). The contractor may be required to make a site visit to discuss and finalize all aspects of the Performance Work Statement to ensure contractual understanding and compliance. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. 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. CHILDCARE NATIONAL AGENCY CHECK AND INVESTIGATION (CNACI): A CNACI must be completed for all Indian Health Service (IHS) contractor personnel within the Aberdeen 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 IHS Personnel Office will conduct the character and background investigations. COTR: The person identified below is herby designated as the COTR for this contract. The COTR 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. COTR: Jerald Traversie, Health System Specialist Aberdeen Area Indian Health Services 115 4th Ave SE, Room 309 Federal Building Aberdeen, Sd 57401 Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including below in attached Enclosure Five (5). FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). Quotes shall be submitted on company letterhead stationery. Signed and dated. And it shall include: (a) North American Industry Classification System (NAICS) Code and small business size standard. The small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show: 1. Solicitation number 2. Closing Date: September 9, 2011 at 3:00 pm CST 3. Name, address and telephone number of company and email address of contact person. 4. 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 5. Terms of any express warranty 6. Price and any discount terms 7. "Remit to" address, if different from mailing address 8. A completed copy of the representations and certifications at FAR 52.212-3 9. Acknowledgment of Solicitation Amendments (if any issued) 10. 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). 11. If the offer is not submitted on the SF-1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-2 Evaluation-Commercial Items (January 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 technical factors considered using best-value principles. See the attached Enclosure Six (6) "Technical Evaluation Plan for Aberdeen Area Reference Laboratory and Pathology Services". FAR 52.212-3, Offer Representations and Certifications - Commercial Items (April 2011). See the attached Enclosure Seven (7) for full text and instructions for completion. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (June 2010), applies to this acquisition and is incorporated by reference. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (April, 2011). See attach Enclosure Five (5) for full text. Proposals must be receipted by the Indian Health Service no later than September 9, 2011 @ 3:00 pm CST Interested vendors capable of furnishing the government with the item specified in this combined synopsis/solicitation should submit their proposal to the below address or email address. The proposal must reference Solicitation Number RFP-241-11-22. All responsible sources may submit a proposal, which if timely received, will be considered by the agency. Proposals can be submitted electronic at jana.gipp@ihs.gov or via mail to: Aberdeen Area Indian Health Service Attn: Jana Gipp, Contract Specialist 115 4th Ave. SE, Room 309 Aberdeen, SD 57401 Or fax to 605-226-7669 or email jana.gipp@ihs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFP-241-11-22/listing.html)
- Place of Performance
- Address: Area-Wide, Indian Health Service Hopsitals and Health Centers in the Aberdeen Area. States include North and South Dakota and Nebraska., United States
- Record
- SN02535621-W 20110818/110816235119-f33762932ad3be04c4d939d92c7b5b2f (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 |