MODIFICATION
99 -- Acupuncture Support Services
- Notice Date
- 12/19/2014
- Notice Type
- Modification/Amendment
- NAICS
- 621310
— Offices of Chiropractors
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
- ZIP Code
- 20892-5480
- Solicitation Number
- NIHCC-R-009479
- Archive Date
- 9/26/2014
- Point of Contact
- Sambrina N. Spier, Phone: 3015948298
- E-Mail Address
-
Sambrina.Spier@nih.gov
(Sambrina.Spier@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- ************************************************************************** THE PURPOSE OF THIS AMENDMENT IS TO CANCEL THE SOLICITATION NUMBER: NIHCC-R-009479 IN IT'S ENTIRETY. ************************************************************************** This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. The solicitation number for this acquisition is NIHCC-R-009479 and is being issued as a Request for Quote (RFQ). The NAICS Code for this solicitation is 621310 and the Small Business Size Standard is $7.5 Million. This will be awarded as Firm-Fixed Price, 100% Total Small Business Set-Aside. The Government intends to issue a Purchase Order. The National Institute of Health (NIH) has a need to procure Acupuncture Support Services for pain and symptom management. A. Background and Overview The mission of the National Institutes of Health (NIH) is to uncover new knowledge that will lead to better health for everyone. The NIH accomplishes that mission by conducting research in its own laboratories; supporting the research of non-Federal scientists in universities, medical schools, hospitals, and research institutions throughout the country and abroad; helping in the training of research investigators; and fostering communication of biomedical information. The NIH Clinical Center (CC) is a 234-bed federally funded, biomedical research hospital located on the NIH campus in Bethesda, Maryland. The Clinical Center is the delivery setting for all NIH intramural clinical research protocols. The hospital complex consists of two main facilities that are connected to each other by "bridges". The original 14-story building is 2.5 million square feet and continues to house the clinical laboratories, imaging sciences, surgical suites, and several outpatient clinics. The new 870,000 square foot facility houses inpatient units and day hospitals. The Clinical Center accounts for about half of all NIH-funded clinical research beds in the United States and accommodates about 7,000 inpatient and 70,000 outpatients visits a year. Patients are admitted to the NIH Clinical Center from all over the world for the sole purpose of participating in a clinical research protocol. The Pain and Palliative Care Service (PPCS) provides consultation services and research support to the various institutes of NIH by collaborating on research protocols with institute physicians and health care professionals and by conducting independent research that may involve institute patients. Some of the services provided are: conventional and experimental medications evaluation, massage, hypnosis, acupuncture, relaxation, reiki, labyrinth facilities and services. NIH CC PPCS expects to provide any/all institutes with the highest quality of supportive pain symptom management using the acupuncture modality. Acupuncture has established a reputation as a very effective strengthener of the respiratory and immune system. In addition, its relief in pain levels is recognized almost immediately as the treatment begins. The contractor must develop an effective working relationship with the PPCS interdisciplinary team as well as the primary teams to ensure none of the care plans are in conflict or violate the rules and guidelines of the various protocols studied at NIH. B. Statement of Objective To procure acupuncture support services for NIH Clinical Center patients referred for pain and symptom management purposes. C. Statement of Work 1. Contractor shall be required to work 2 days per week, 4 hours per day (Mondays and Thursday). No overtime or weekend hours are anticipated for this award. 2. The Contractor shall provide acupuncture services, which includes patient assessment and evaluations, as well as treatment. All supporting medical documentation for each session shall be completed within twenty-four hours of each treatment and noted in the patient medical records. The core team must review pain assessment and care plans every three to six weeks. 3. The Contractor shall provide an initial assessment or with the input from the PPCS interdisciplinary team (IDT) develop a care plan. All acupuncture treatment shall be documented in the medical charts and show the supporting effort in order to provide a highly qualified care and recommendation of the primary and supportive team members. 4. All patient treatment shall meet the standards of the PPCS mission statement and objectives (available upon request). D. Requirements and Certification 1. The Contractor shall be licensed to practice acupuncture in a state, territory or commonwealth of the United States or District of Columbia. 2. The Contractor shall be credentialed by the Rehabilitation Medicine Department (RMD) Credential Committee. NIH employees/contractors are required to complete a credentialing packet with all requested materials due by the 45th workday. During the interim, the Contractor shall be given temporary work privileges until the credentialing committee approves the packet. Re-credentialing is indicated by the Administrative Officer (AO) after the initial review. Medical tests required for credentialing will be paid for by the Rehabilitation Medicine Department. 3. The Contractor shall be responsible for providing malpractice insurance and shall be certified in CPR. E. Place of Performance All services will be provided in the NIH CC Pain and Palliative Care Clinic on Outpatient Clinic 3 on Monday afternoons (12:00 pm through 4:00 pm) and Thursday mornings (8:00 am through 12:00 pm). Services may be requested in isolation for highly infections concerned patients. F. Government Furnished Property and Material All materials and equipment required to carry out the tasks will be provided by the Pain and Palliative Care Service and are the exclusive property of the Federal Government. Equipment includes, but not limited to: procedure table covers, acupuncture needles, alcohol, lotions, reporting and documentation tools and access to appropriate operating systems and data bases. G. Period of Performance The performance period of this contract shall be as follows: Base Period: October 1, 2014 to September 30, 2015 Option Period 1: October 1, 2015 to September 30, 2016 Option Period 2: October 1, 2016 to September 30, 2017 Option Period 3: October 1, 2017 to September 30, 2018 Option Period 4: October 1, 2018 to September 30, 2019 H. Security The contractor shall be assigned a Level 1 Security Clearance through HHS Security department: NIH Information and Physical Access Security Acquisition/Solicitation Language for Nursing Services- Acupuncture Services Rev. -- 10/15/2012 PHYSICAL ACCESS TO A FEDERALLY-CONTROLLED FACILITY: Include when contractor/subcontractor personnel will have regular or prolonged physical access to a "Federally-controlled facility," as defined in FAR Subpart 2.1. For additional information, see: Homeland Security Presidential Directive/HSPD-12, Policy for a Common Identification Standard for Federal Employees and Contractors (08-27-04): http://www.whitehouse.gov/news/releases/2004/08/print/20040827-8.html OMB Memorandum M-05-24, Implementation of Homeland Security Presidential Directive (HSPD) 12 - Policy for a Common Identification Standard for Federal Employees and Contractors (08-05-05): http://www.whitehouse.gov/omb/memoranda/fy2005/m05-24.pdf Federal Information Processing Standards Publication (FIPS PUB) 201-1 (Updated June 26, 2006): http://csrc.nist.gov/publications/fips/fips201-1/FIPS-201-1-chng1.pdf ARTICLE H. NIH INFORMATION AND PHYSICAL ACCESS SECURITY This acquisition requires the Contractor to: • Have the ability to access Federal information and/or Federal information system(s). • Access, or use, Personally Identifiable Information (PII), including instances of remote access to or physical removal of such information beyond agency premises or control. • Have regular or prolonged physical access to a "Federally-controlled facility," as defined in FAR Subpart 2.1. The Contractor and all subcontractors performing under this acquisition shall comply with the following requirements: A. Position Sensitivity Designations The following sensitivity level(s), clearance type(s), and investigation requirements apply to this contract: [ ] Level 6: Public Trust - High Risk. Contractor/subcontractor employees assigned to Level 6 positions shall undergo a Suitability Determination and Background Investigation (BI). [ ] Level 5: Public Trust - Moderate Risk. Contractor/subcontractor employees assigned to Level 5 positions with no previous investigation and approval shall undergo a Suitability Determination and a Minimum Background Investigation (MBI), or a Limited Background Investigation (LBI). [ X] Level 1: Non-Sensitive Contractor/subcontractor employees assigned to Level 1 positions shall undergo a Suitability Determination and National Agency Check and Inquiry Investigation (NACI). The Contractor shall submit a roster by name, position, e-mail address, phone number and responsibility, of all staff (including subcontractor staff) working under this acquisition where the Contractor will develop, have the ability to access, or host and/or maintain a federal information system(s). The roster shall be submitted to the Project Officer, with a copy to the Contracting Officer, within 14 calendar days of the effective date of this contract. Any revisions to the roster as a result of staffing changes shall be submitted within 15 calendar days of the change. The Contracting Officer will notify the Contractor of the appropriate level of investigation required for each staff member. An electronic template, "Roster of Employees Requiring Suitability Investigations," is available for contractor use at https://ocio.nih.gov/InfoSecurity/public/acquisition/Documents/SuitabilityRoster_10-15-12.xlsx Suitability Investigations are required for contractors who will need access to NIH information systems and/or to NIH physical space. However, contractors who do not need access to NIH physical space will not need an NIH ID Badge. Each contract employee needing a suitability investigation will be contacted via email by the NIH Office of Personnel Security and Access Control (DPSAC) within 30 days. The DPSAC email message will contain instructions regarding fingerprinting as well as links to the electronic forms contract employees must complete. Additional information can be found at the following website: http://idbadge.nih.gov/background/index.asp All contractor and subcontractor employees shall comply with the conditions established for their designated position sensitivity level prior to performing any work under this contract. Contractors may begin work after the fingerprint check has been completed. B. Information Security Training B.1 Mandatory Training All employees having access to (1) Federal information or a Federal information system or (2) personally identifiable information, shall complete the NIH Information Security Awareness and Privacy Awareness Training course at http://irtsectraining.nih.gov/ before performing any work under this contract. Thereafter, employees having access to the information identified above shall complete an annual NIH-specified refresher course during the life of this contract. The Contractor shall also ensure subcontractor compliance with this training requirement. C. Rules of Behavior The Contractor shall ensure that all employees, including subcontractor employees, comply with the NIH Information Technology General Rules of Behavior, which are available at http://prod.ocio.nih.gov/InfoSecurity/training/Pages/nihitrob.aspx. D. Personnel Security Responsibilities 1. The Contractor shall notify the Contracting Officer (CO), Contracting Officer Representative (COR), and I/C ISSO within five working days before a new employee assumes a position that requires a suitability determination or when an employee with a suitability determination or security clearance stops working under this contract. The Government will initiate a background investigation on new employees requiring suitability determination and will stop pending background investigations for employees that no longer work under this acquisition. 2. The Contractor shall provide the COR with the name, position title, e-mail address, and phone number of all new contract employees working under the contract and provide the name, position title and suitability determination level held by the former incumbent. If the employee is filling a new position, the Contractor shall provide a position description and the Government will determine the appropriate suitability level. 3. The Contractor shall provide the COR with the name, position title, and suitability determination level held by or pending for departing employees. Perform and document the actions identified in the Contractor Employee Separation Checklist (attached) when a Contractor/subcontractor employee terminates work under this contract. All documentation shall be made available to the Project Officer and/or Contracting Officer upon request. E. Commitment to Protect Non-Public Departmental Information and Data 1. Contractor Agreement The Contractor, and any subcontractors performing under this contract, shall not release, publish, or disclose non-public Departmental information to unauthorized personnel, and shall protect such information in accordance with provisions of the following laws and any other pertinent laws and regulations governing the confidentiality of such information: - 18 U.S.C. 641 (Criminal Code: Public Money, Property or Records) - 18 U.S.C. 1905 (Criminal Code: Disclosure of Confidential Information) - Public Law 96-511 (Paperwork Reduction Act) 2. Contractor Employee Non-Disclosure Agreement Each employee, including subcontractors, having access to non-public Department information under this acquisition shall complete the Commitment to Protect Non-Public Information - Contractor Employee Agreement A copy of each signed and witnessed Non-Disclosure agreement shall be submitted to the Project Officer prior to performing any work under this acquisition. F. Loss and/or Disclosure of Personally Identifiable Information (PII) - Notification of Data Breach The Contractor shall report all suspected or confirmed incidents involving the loss and/or disclosure of PII in electronic or physical form. Notification shall be made to the NIH Incident Response Team via email (IRT@mail.nih.gov) within one hour of discovering the incident. The Contractor shall follow-up with IRT by completing and submitting one of the following two forms within three (3) work days: NIH PII Spillage Report [ http://ocio.nih.gov/docs/public/PII_Spillage_Report.doc ] NIH Lost or Stolen Assets Report [ http://ocio.nih.gov/docs/public/Lost_or_Stolen.doc G. Physical Access Security In accordance with OMB Memorandum M-05-24, the Contractor shall ensure that background investigations are conducted for all contractor/subcontractor personnel who have (1) access to sensitive information, (2) access to Federal information systems, (3) regular or prolonged physical access to Federally-controlled facilities, or (4) any combination thereof. OMB Memorandum M-05-24 is available at http://www.whitehouse.gov/omb/memoranda/fy2005/m05-24.pdf. Agency personal identification verification policy and procedures are identified below: HHS Office of Security and Drug Testing, Personnel Security/Suitability Handbook (02-01-05): http://www.hhs.gov/oamp/policies/personnel_security_suitability_handbook.html H. Special Information Security Requirements for Foreign Contractors/Subcontractors When foreign contractors/subcontractors perform work under this acquisition at non-US Federal Government facilities, provisions of HSPD-12 do NOT apply. I. 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 following factors shall be used to evaluate offers: Clinical Evaluation and Clinical Care of Patient Populations 45 points Collaborative Research in Support of PPCS staff 20 points Past Performance 20 points Required Credentials 15 Points Technical and past performances, when combined, are significantly more important than 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. TECHNICAL EVALUATION CRITERIA: The technical evaluation committee when reviewing and scoring the technical proposals uses the following evaluation factors: Clinical Evaluation and Clinical Care of Patient Populations Demonstrate ability to collaborate on an interdisciplinary team in order to formulate treatment plans for patient populations for which there is minimal prior knowledge. Communication with interdisciplinary clinical or research teams as needed (a minimum of 5 years of experience with acupuncture treatment is required). Collaborative Research in Support of PPCS staff Production of timely documentation of clinical and research activities and/or monthly statistical reports as requested for the Chief, Pain and Palliative Care Service. Past Performance Contractor shall have past experience in an inpatient/outpatient tertiary healthcare setting or clinical experience in the treatment of patients that meets the standards of Pain and Palliative Care Service. The department provides consults to NIH CRC inpatients and outpatients who have a wide array of medical illness including cancer, human immunodeficiency virus (HIV), rare genetic diseases, infectious diseases, and endocrine and autoimmune disorders. The palliative care is medical care that provides relief from suffering and support for the best possible quality of life for patients and their families facing advance chronic illness. Palliative care improves quality of life, by focusing on the physical, psychosocial, spiritual aspects of care. Required Credentials Possess a valid state professional license to practice in the State of Maryland, a current CPR certification, be in good standing within the state licensure board and have no record of previous felony or conviction. J. PRICE The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed prices are fair and reasonable in relation to the solicitation requirements. Proposed prices shall be entirely compatible with the technical quotations. Although price is the least important evaluation factor, it will not be ignored. The degree of importance of the proposed prices will increase with the degree of equality of the proposals in relation to the other factors on which selection is to be based. The Government intends to evaluate proposals and, if necessary conduct discussions with all responsible Offerors within the competitive range. The award will be made to the Offeror whose proposal conforms to the terms and conditions of the solicitation and award may be made to other than the lowest priced or the highest technically rated offer. Relative importance and trade-offs. The Government will base the determination of best value on performance, and the other evaluation factors identified elsewhere in this solicitation. The determination of best value also considers the relative importance of the evaluation factors. Technical factors and past performance when combined are significantly more important than price. It is pointed out; however, should technical competence between Offerors be considered approximately the same, then price could become primary. NIH will base its award decision using a best value analysis that results in the most advantageous acquisition for the Government. NIH's acquisition strategy used to obtain best value may result in an award to other than the lowest priced, technically rated Offeror. Best value analysis spans a continuum from the lowest priced, technically acceptable proposal to those proposals in which tradeoffs between price, past performance, and each Offeror's technical solution is evaluated. This tradeoff process depends on the Government's assessment of quality factors, including but not limited to past performance, compliance with solicitation requirements, technical excellence, management capability, personnel qualifications and prior experience, and price. PROPOSAL SUBMISSION FORMAT: ***Proposal shall be in 3 volumes: 1 Technical, 2 Past Performance and 3 Price. The volumes shall be separate and complete. The volumes shall be separate and complete, so that evaluation of one may be accomplished independently of, and concurrently with, the evaluation of the other. No pricing information shall be provided in volume's 1 and 2*** ***The total number of pages for the technical quote shall not exceed twenty-five (25) pages, using 1" margins, single spaced, font type Time New Roman, and a font size of 12. ***The solicitation does not commit the Government to pay any cost for the preparation and submission of a quote or proposal. It is also advised that the Contracting Officer (CO) is the only individual who can legally commit and obligate the Government to the expenditure of public funds in connection with the proposed acquisition. QUESTIONS DEADLINE: Interested offerors shall submit questions electronically to Sambrina.Spier@nih.gov no later than Friday, September 5, 2014, 10:00 a.m. Eastern Standard Time. Companies that previously submitted proposal may do so again. Collect calls will not be accepted. No Phone Calls Please. PROPOSAL DUE: All proposals are due, electronically to Sambrina.Spier@nih.gov no later than Thursday, September 11, 2014, 10:00 a.m. Eastern Standard Time. PROVISIONS and CLAUSES: The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at https://www.acquisition.gov/far/ The following provisions and clauses apply: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Item; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items; FAR 52.217-5 Evaluation of Options; FAR 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-13 Notice of Set-Aside of Orders; FAR 52.219-28, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008); FAR 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010); FAR 52.222-3, Convict Labor (JUNE 2003); FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies (APR 2012); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007); FAR 52.222-35, Equal Opportunity for Veterans (SEP 2010); FAR 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010); FAR 52.222-54, Employment Eligibility Verification (JUL 2012); FAR 52.232-18 Availability of Funds (Apr 1984); FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013). The Government reserves the right to make an award to that offeror whose proposal provides the best overall value to the Government. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc) but shall include the following information: 1) company's complete mailing and remittance addresses 2) discounts for prompt payment if applicable; 3) Dun & Bradstreet number; 4) Taxpayer ID number; 5) Catalog or Published Price Listing applicable to the service; 6) Offerors shall meet specifications as noted in the synopsis. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor shall be registered and active in the System for Award Management (SAM) prior to the award of a contract. You may register by going to www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/NIHCC-R-009479/listing.html)
- Place of Performance
- Address: National Institutes of Health, Building 10, 10 Center Drive, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03600922-W 20141221/141219234402-d34add124f9760011736f9c46ce6df57 (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 |