SOLICITATION NOTICE
Q -- CARDIOLOGIST SERVICES - CLAUSES - CONTRACTOR INSERTS - ETHICS POLICIES - STATEMENT OF WORK - BUSINESS ASSOCIATES AGREEMENT
- Notice Date
- 5/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- 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
- RFQ-12-146
- Archive Date
- 6/13/2012
- Point of Contact
- Robyn K. LeCompte, Phone: 6052267239, Nichole R. Lerew, Phone: 6052267567
- E-Mail Address
-
robyn.lecompte@ihs.gov, nichole.lerew@ihs.gov
(robyn.lecompte@ihs.gov, nichole.lerew@ihs.gov)
- Small Business Set-Aside
- N/A
- Description
- BUSINESS ASSOCIATES AGREEMENT STATEMENT OF WORK ETHICS POLICIES CONTRACTOR INSERTS CLAUSES 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. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Programs for Certain Commercial Items (10 U.S.C. 2304(g) & 2305 & 41 U.S.C. 253(g) & 253a & 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), & FAR Subpart 37.4, Non-personal Health Care Services (10 U.S.C. 2304 and 41 U.S.C. 253). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Aberdeen Area Indian Health Service (IHS) intends to award a firm-fixed price commercial item purchase order in accordance with the Request for Quotation (RFQ) 12-146, for Cardiologist Services for the Eagle Butte IHS Hospital in Eagle Butte, South Dakota. The solicitation documents & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industry Classification System code is 621111 and the small business size standard is $10.0 million. BID SCHEDULE: CARDIOLOGIST SERVICES: the quoted 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 purchase order. Please complete the following pricing schedule utilizing your most competitive and reasonable rates. 1. PERIOD OF PERFORMANCE (06/01/2012 through 05/31/ 2013) Cardiologist services: 12 clinics (1 per month for 1 yr) x tiny_mce_marker_____________ per clinic BASIS FOR AWARD: Quoters are advised that the lowest price/technically acceptable bids along with the responsive criteria will be considered for award by the Government. All required information must be submitted in order to be considered responsive and eligible for award. INSTRUCTION TO QUOTERS: To be considered an acceptable quote, the following items MUST be completed and submitted by the due date stated above. 1. Provide resume stating qualifications and meeting the requirements of the statement of work. *THE CREDENTIAL ITEMS LISTED WITHIN THE STATEMENT OF WORK SECTION TITLED "CREDENTIAL DOCUMENTATION" MUST BE SUBMITTED TO BE CONDSIDERED AN ACCEPTABLE QUOTE. 2. Complete and sign Licensure Requirement (if applicable). 3. Complete and sign Agreement to a temporary provisional of character investigation. 4. Complete and sign the Declaration for Federal Employment - Optional Form 306. 5. Complete and Sign Addendum to Declaration for Federal Employment (OF306) 6. Complete Tax payer Identification Form (FAR Part 52.204-3 - Taxpayer Identification). 7. Complete Annual Representations & Certifications. https://orca.bpn.gov/ 8. Complete Small Business Program Representations. 9. Copy of malpractice insurance coverage (Certificate of Insurance). ATTACHMENTS: (a) Statement of Work. (b) Business Associate Agreement (c) Ethics Policies (d) Contractors Performance Conditions & Responsibilities. (e) Licensure Requirement Form. (f) Agreement to a temporary provisional of character investigation. (g) Declaration for Federal Employment - Optional Form 306 (h) Addendum to Declaration for Federal Employment (OF306) (i) Taxpayer Identification (j) Annual Representations & Certifications (k) Small Business Program Representations (l) Clauses incorporated by reference and clauses incorporated in full text. Note to the proposed Contractor: "In order to be determined responsive, your offer/bid must include a signed temporary provisional of character investigation form. If offeror/bidder fails to complete and return the form, your offer will be considered non-responsive." "In order to be determined responsive, the offeror/bidder shall complete and return the Declaration for Federal Employment form and Addendum. If the offeror fails to complete the Declaration for Federal Employment form and Addendum, the offeror/bidder will be considered non-responsive." Performance shall not begin until a cleared suitability screening is received by Area Personnel. SECURITY CLEARANCE 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). See Attached Statement of Work PERIOD OF PERFORMANCE: Performance of the contract(s) shall be from Date of Award for one year. 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. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its original invoice to the Aberdeen Area Indian Health Service, 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; (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) Remit to address. The Aberdeen Area Financial Management Branch, 115 4th Avenue SE, Aberdeen, SD 57401, shall make payment. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including below. 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: 1. Solicitation number 2. Closing Date: May 29, 2012 at 12:00 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 or a copy of the contractor's Online Representations and Certifications Application (ORCA). 9. Acknowledgment of Solicitation Amendments (if any issued) 10. Past performance information, when included as a "best value" 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). FAR 52.212-2, Evaluation-Commercial Items (January 1999). The provision at 52.212-2 applies to this acquisition and is provided in full text. (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 the following "best value" factors considered. (1) Past Performance - the government reserves the right to conduct their own investigation other than the contractors provided list. (2) Ability to meet the requirements in the statement of work. (3) Responsiveness to requirement. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2011). See attachment 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 (May 2011). See attachment for full text. In addition, Contractors shall provide the following: 1. Complete and sign Licensure Requirement; provide a copy of current license. 2. Complete and sign Agreement to a temporary provisional of character investigations (for government contractors only). 3. Complete and sign the Declaration for Federal Employment - Optional Form 306. 4. Complete and sign Addendum to Declaration for Federal Employment (OF306). 5. Copy of malpractice insurance. Submit quote to: Aberdeen Area Indian Health Service Attn: Robyn LeCompte, Purchasing Agent 115 4th Ave. SE, Room 309 Aberdeen, SD 57401 Or fax to 605-226-7669 or email robyn.lecompte@ihs.gov Contractors intending to conduct business with the Federal Government must register with the Central Contractor Registration (CCR) database prior to award. 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 or (269) 961-5757. A security pre-clearance must be performed for any employees referred to IHS through this contract. No contract award shall be made to any vendor or provider listed on the OIG Exclusion List at 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. Should the candidate be found with a non favorable security clearance, it shall be the Contractor's responsibility to replace that candidate working under the contract with a suitable candidate. ACCEPTANCE PERIOD: Your quotation 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 60 days from the date of receipt by the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-12-146/listing.html)
- Place of Performance
- Address: CHEYENNE RIVER HEALTHCARE CENTER, 24276 166TH STREET, AIRPORT ROAD, EAGLE BUTTE, South Dakota, 57625, United States
- Zip Code: 57625
- Zip Code: 57625
- Record
- SN02751434-W 20120519/120518001032-d389b4fc71460b4529ba58cc0acf884c (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 |