Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2012 FBO #3950
SOLICITATION NOTICE

R -- Quality Improvement Consultant - Package #1

Notice Date
9/15/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
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-10-12-067-JH
 
Archive Date
10/15/2012
 
Point of Contact
James Hunter, Phone: 406-247-7064, Kenny J. Nicholson, Phone: 4062477063
 
E-Mail Address
james.hunter@ihs.gov, KENNETH.NICHOLSONJR@IHS.GOV
(james.hunter@ihs.gov, KENNETH.NICHOLSONJR@IHS.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
52.212-3 Offeror Representations and Certifications—Commercial Items (AUG 2012) Standard Form 18 PRICE SCHEDULE - QUALITY IMPROVEMENT CONSULTANT The Billings Area Indian Health Service (IHS) is requesting quotes in accordance with the requirements of Request for Quotation (RFQ) 10-12-067-JH for a Quality Improvement Consultant at the Crow Service Unit, Crow Agency, Montana. The procurement is conducted pursuant to the authority of Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures; and FAR 37.104(b), Personal Services Contract (Public Law 103-332, Department of the Interior and Related Agencies Appropriation Act, Title II, September 30, 1994, 108 Stat. 2530 as implemented by U.S.C. 25 USC 3109. 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 2005-60. The associated North American Industry Classification System code is 541611 and the small business size standard is $7.0 million. PRICE SCHEDULE: CONTRACT LINE ITEM NUMBER ONE (1): QUALITY IMPROVEMENT CONSULTANT: 520 HOURS @____________________ GRAND TOTAL:$________________ PERIOD OF PERFORMANCEThe performance of this purchase order is October 6, 2012 Through January 31, 2013. PURPOSE OF THE CONTRACT: The Crow Service Unit, Crow Agency, Montana is in need of assistance to implement Quality Improvement Services to assess progress and determine areas that need continued work to address CMS defienicies. STATEMENT OF WORKThe intent of the work is to improve current processes and practices. This will involve other prospective and retrospective reviews aimed at measuring where areas of improvement are needed. The following model will be used to implement quality improvement: • Focus: Define and verify the process to be improved. • Analyze: Collect and analyze data to establish baseline to identify root causes and point toward possible solutions. • Develop/Plan/Design: Based on data, develop action plans for improvement, including implementation, communication and measuring/monitoring. • Execute: Implement the action plan, on a pilot bases as indicated. • Evaluate: Install an ongoing measuring/monitoring (process control) system to ensure success. KNOWLEDGE REQUIREMENT: • Knowledge of Health Care Administration. • Must have knowledge of the theory and practice of organizational development. • Knowledge of a wide variety range of professional health care theories, procedures, techniques used to determine quality care. • Working knowledge of/and ability to provide leadership in carrying out functions related to accreditation, Performance Improvement, Risk Management, Utilization Review, Compliance oversight, and program management. • Knowledge of licensing regulations and procedures for health professional and for hospitals, in-depth knowledge of accreditation process through accrediting agencies and skill in applying compliance used to determine quality of care and treatment of patients. • Knowledge of the different functions and motivations of various employees and groups in the healthcare delivery system and the ability to communicate effectively with each in order to gather information, present recommendations and coordinate services to ensure a viable health education and public health nursing program. SUPERVISION: The contractor is subject to the supervision and direction of the Director of Nursing, Crow/Northern Cheyenne Hospital or her designee. The services will be monitored, as necessary for conformance to policies, regulation, and timelines. GUIDELINES: The contractor is expected to maintain confidentiality related to sensitive program information that is covered by HIPPAA law and regulations, 42 CFR drug and alcohol privacy act law and regulation and 25 CFR Privacy Act law and regulation. Available policies and guidelines are intended to cover most situations with the correct ones dependent on the assignment. SCOPE AND EFFECT: The function and project allow the Crow Service Unit to make an informed decision regarding quality improvement, improve processes, performance measures, risk management safety, infection control, staff competency evaluation, professional peer review, customer satisfaction and clinical indicators. PERSONAL CONTACTS: Personal contacts are with a variety of Crow Service Unit staff and local program coordinator and administrators. A high degree of professionalism is required to help establish with Develop/Plan/Design quality improvement for the Crow/Northern Cheyenne Service Unit. PURPOSE OF CONTACTS: The purpose of contacts are to obtain and exchange health information, resolve problems, educate, influence, and assist to develop action plan for improvement for the Crow Service Unit. PHYSICAL DEMANDS: Work is conducted primarily in an office setting, use of computers, and standing to conduct onsite program consultations or reviews as requested. WORK ENVIRONMENT: The primary work environment is the office located in the Crow Service Unit, via telecommunications technology is an evolving environment in which program work is conducted. Work involves interaction with multiple levels of program and management staff. DELIVERABLES: • Establish clinical quality improvement and monitoring program for the Crow Service Unit, including structures, processes, and performance measures, and hand- off to the clinic director and chief medical officer. • The clinical quality program will interface with the following programs: risk management, safety, infection control, staff competency evaluations, professional peer reviews, and customer satisfaction. Establish a medical peer review program and hand off to the clinical director and the chief medical officer. • Assist the medical leadership and staff in identifying clinical indicators or metric to measure clinical outcomes to ensure improvement. • Educate staff to clinical quality models, methods, and processes, i.e, best practices, evidence based practices, including how to measure performance to achieve positive results. • Assist and teach the staff in setting up the infrastructure to capture appropriate clinic data to make improvements, including forms/template development and automating the process or program. • Teach continuous quality improvement to the staff and their associated tools such as run charts, control charts, workflow charting, so staff are equipped with the knowledge and skill to make improvements to the Service Unit. • Assess current infrastructure of Performance Improvement Program and recommend changes to ensure that the PI Program for the Crow/ Northern Cheyenne Service Unit is adequate and meets accrediting standards. GOVERNMENT FURNISHED PROPERTY: The following will be provided by the Government: Office space including a computer, supplies and telephone. The Department will provide orientation to the Contractor as to their specific duties and responsibilities. The Department is responsible for getting the Contractor access and clearances to all pertinent computer services necessary to carry out his/her duties. THE PRIVACY ACT OF 1974: The Act mandates that the Contractor shall maintain complete confidentiality for all administrative, medical and personnel records, and all other pertinent information that comes to his/her attention or knowledge. The Privacy Act carries both civil and criminal penalties for unlawful disclosure of records. Violation such confidentiality shall be cause for adverse action. All IHS regulations and policies applicable to these acts shall be enforced. CONTRACTING OFFICER'S REPRESENTATIVE DESIGNATION: Contracting Officer's Representative (COR) for this contract will be Ms. Deborah Ackeman, Crow Service Unit, Director of Nursing. The COR 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 a. The Contractor shall submit its invoice to the Director of Nursing at the Crow Service Unit. P.O. Box 9, Crow Agency, MT 59022-0009. Name: Ms. Deborah Ackeman Title: Director of Nursing Address: Crow Indian Health Service P.O. Box 9 Crow Agency, Montana 59022 Telephone: (406) 638-3348 b.The Contractor agrees to include the following information on each invoice: 1.Contractor's name, address and telephone number; 2.Purchase Order number; 3.Invoice number and date; 4.Cost or price; 5.Dates of service including the number of hours worked; and 6.Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107 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, 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. Access/clearance to all pertinent computer systems, including completing a Business Partner Interconnection Security Agreement (BPISA), should be coordinated with the Site Manager. 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) contract personnel within the Billings Area. Public Law (P.L.) 101-630, Indian Child Protection and Family Violence Prevention Act, requires the IHS to conduct a criminal history background investigation on all contractors performing services in IHS facilities. The character and background investigations and Fingerprints must be completed as part of the pre-employment process and must done before the contractor is allowed to work. This will be conducted by the Administrative Assistant, Delon Rockabove at the Billings Area, Indian Health Service, Human Resources. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in terms, conditions, or amounts cited in this contract is reserved to the Contracting Officer. 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 their native language and/or reside on a Native American Reservation, therefore, the Contractor must demonstrate sensitivity to cross-cultural and language differences. The Contractor shall comply with IHS facility infection control and safety procedures, practices and standards. Federal Tort Claims Act coverage for medical related claims is extended to the individual providing. However, the services must have been performed within the scope of the personal services contract. PURCHASE ORDER TERMS AND CONDITIONS 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these addresses: https://www.acquisition.gov/ FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.204-7 Central Contractor Registration (AUG 2012) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012) 52.213-4 Terms and Conditions - Simplified Acquisitions (Other Than Commercial Items) (AUG 2012) 52.217-8 Option to Extend Services (NOV 1999) 52.219-28 Post-Award Small Business Program Representation (APR 2012) 52.222-3 Convict Labor (JUN 2003) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Veterans (Sep 2010) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37 Employment Reports Veterans (Sep 2010) 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2011) 52.223-6 Drug-Free Workplace (MAY 2001) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011) 52.224-1 Privacy Act Notification (Apr 1984) 52.224-2 Privacy Act (Apr 1984) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.227-14 Rights in Data-General (DEC 2007) 52.227-17 Rights in Data-Special Works (DEC 2007) 52.228-5Insurance-Work on a Government Installation (JAN 1997) 52.229-3 Federal, State, and Local Taxes (APR 2003) 52.232-1 Payments (APR 1984) 52.232-3 Payments under Personal Services Contracts (APR 1984) 52.232-8 Discounts for Prompt Payment (FEB 2002) 52.232-11 Extras (APR 1984) 52.232-17 Interest (OCT 2010) 52232-18 Availability of Funds (APR 1984) 52.232-25 Prompt Payment (OCT 2008) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) 52.233-1 Disputes (JUL 2002) Alternate I (DEC 1991) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984) 52.237-3 Continuity of Service (JAN 1991) 52.242-15 Stop-Work Order (AUG 1989) 52.242-17 Government Delay of Work (APR 1984) 52.243-1 Changes - Fixed-Price (AUG 1987) Alternate I (AUG 1987) 52.244-6 Subcontracts for Commercial Items (DEC 2010) 52.245-1 Government Property (APR 2012) 52.246-4 Inspection of Services - Fixed-Price (AUG 1996) 52.249-4 Termination for Convenience of the Government (Services)(Short Form) (APR 1984) 52.249-8 Default (Fixed-Price Supply and Service) (APR 1984)DEPARTMENT OF HEALTH AND HUMAN SERVICES ACQUISITION REGULATION(HHSAR)(48 CFR CHAPTER 3) CLAUSES 352.201-70 Paperwork Reduction Act JAN 2006 352.202-1 Definition JAN 2006 352.215-1 Instructions to Offerors - Competitive JAN 2006 Acquisition 352.215-70 Late Proposals and Revisions JAN 2006 352.222-70 Contractor Cooperation in Equal Employment JAN 2010 Opportunity Investigations 352.223-70 Safety and Health JAN 2006 352.224-70 Privacy Act JAN 2006 352.227-70 Publications and Publicity JAN 2006 352.231-71 Pricing of Adjustments JAN 2001 352.237-70 Pro-Children Act JAN 2006 352.237-71 Crime Control Act of 1990 - Reporting of Child Abuse JAN 2006 352.237-72 Crime Control Act of 1990-Requirement for Back Ground Check JAN 2006 352.239-73 Electronic and Information Technology JAN 2010 Accessibility 352.242-71 Tobacco-Free Facilities JAN 2006 352.242-72 Native American Graves Protection and JAN 2006 Repatriation Act 352.242-73 Withholding of Contract Payments JAN 2006 352.270-2 Indian Preference APR 1984 352.270-3 Indian Preference Program JAN 2006 52.204-3 Taxpayer Identification. As prescribed in 4.905, insert the following provision: TAXPAYER IDENTIFICATION (OCT 1998) (a) Definitions. "Common parent," as used in this provision, means that corporate entity that owns or controls an affiliated group of corporations that files its Federal income tax returns on a consolidated basis, and of which the offeror is a member. "Taxpayer Identification Number (TIN)," as used in this provision, means the number required by the Internal Revenue Service (IRS) to be used by the offeror in reporting income tax and other returns. The TIN may be either a Social Security Number or an Employer Identification Number. (b) All offerors must submit the information required in paragraphs (d) through (f) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the IRS. If the resulting contract is subject to the payment reporting requirements described in Federal Acquisition Regulation (FAR) 4.904, the failure or refusal by the offeror to furnish the information may result in a 31 percent reduction of payments otherwise due under the contract. (c) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (d) Taxpayer Identification Number (TIN). o TIN: ____________________________________. o TIN has been applied for. o TIN is not required because: o Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; o Offeror is an agency or instrumentality of a foreign government; o Offeror is an agency or instrumentality of the Federal Government. (e) Type of organization. o Sole proprietorship; o Partnership; o Corporate entity (not tax-exempt); o Corporate entity (tax-exempt); o Government entity (Federal, State, or local); o Foreign government; o International organization per 26 CFR 1.6049-4; o Other ___________________________________. (f) Common parent. o Offeror is not owned or controlled by a common parent as defined in paragraph (a) of this provision. o Name and TIN of common parent: Name ___________________________________ TIN ____________________________________ 52.215-5 Facsimile Proposals. (OCT 1997) (a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine.(b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: [406-247-7108].(d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document- (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and(3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. (End of provision) 52.219-1 Small Business Program Representations (APR 2012) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is ___541611_____________ [insert NAICS code]. (2) The small business size standard is _____$7.0 million________ [insert size standard].(3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees.(b) Representations.(1) The offeror represents as part of its offer that it o is, o is not a small business concern.(2) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, for general statistical purposes, that it o is, o is not, a small disadvantaged business concern as defined in 13 CFR 124.1002.(3) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it o is, o is not a women-owned small business concern.(4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (b)(3) of this provision.] The offeror represents as part of its offer that- (i) It [ ] is, [ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (b)(4)(i) of this provision is accurate in reference to the WOSB concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern or concerns that are participating in the joint venture: __________.] Each WOSB concern participating in the joint venture shall submit a separate signed copy of the WOSB representation.(5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (b)(4) of this provision.] The offeror represents as part of its offer that- (i) It [ ] is, [ ] is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is,[ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (b)(5)(i) of this provision is accurate in reference to the EDWOSB concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern or concerns that are participating in the joint venture: __________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it o is, o is not a veteran-owned small business concern. (7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(6) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a service-disabled veteran-owned small business concern.(8) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, as part of its offer, that- (i) It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small BusinessAdministration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It [ ] is, [ ] is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (b)(8)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: __________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation.(c) Definitions. As used in this provision- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business concern eligible under the WOSB Program. "Service-disabled veteran-owned small business concern"-(1) Means a small business concern-(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16)."Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (a) of this provision."Veteran-owned small business concern" means a small business concern-(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern" means a small business concern- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program" (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (d) Notice.(1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished.(2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a business concern that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall-(i) Be punished by imposition of fine, imprisonment, or both(ii) Be subject to administrative remedies, including suspension and debarment; and(iii) Be ineligible for participation in programs conducted under the authority of the Act. (End of provision) AWARD DECISION: Award will be made to the highest ranked technically acceptable offeror. The following factors shall be used to evaluate offers:1. Professional Licensure and Certificate. 35 Points. Offerors must submit the candidate's current unrestricted license and certificate with price quote.2. Resume. 35 Points. Resumes must include information relating to: (a) Professional Education; (b) Certifications; and (c) Previous jobs).3. Past Performance Information. 30 Points. The offeror must demonstrate its Company's 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. In evaluating past performance the Government may also use information from its own files, information provided by the offeror, or from any other sources it deems appropriate. Offerors will be given the opportunity to clarify information concerning the relevancy of an offeror's past performance information, and any adverse past performance information to which the offeror has not previously had an opportunity to respond. Offerors shall provide, at a minimum, three (3) references for their most recently performed contracts in which similar or the same services were performed by the offeror preferably within the last two (2) years from the date of proposal submission. Please list contracts that your Company has held with Government and/or commercial accounts. The offeror shall provide the following information in an attachment: • Agency or Customer Name/Address • Contract number (if applicable) • Contract Performance Period • Contract description of services (location, and description of services) • Type (type and quantity of personnel provided) • Dollar Value of contract • Point of Contact  name  phone  facsimile  Internet/E-Mail address For each contract identified the offeror shall also provide a discussion of problems encountered and their correction, as well as their accomplishments during the performance of the contract. If the offeror has no relative past performance they shall affirmatively state so. NOTE: The Government reserves the right to contact any reference provided by the offeror in evaluating the offeror's past performance. Furthermore, the Government reserves the right to use any information that comes to the attention of the Government in evaluating the offeror. Technical and past performance, when combined, is approximately equal to cost or price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-12-067-JH/listing.html)
 
Place of Performance
Address: PHS Indian Health Service, Crow Service Unit, Hospital Way, Crow Agency, Montana, 59022-0009, United States
Zip Code: 59022-0009
 
Record
SN02884702-W 20120917/120915233622-f694318ddcc47b39b95c777d91b35e0f (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 |
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.