SOLICITATION NOTICE
Q -- NEPHROLOGY SERVICES - FAR provision 52.212-3
- Notice Date
- 7/7/2015
- 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, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
- ZIP Code
- 59107
- Solicitation Number
- RFQ-10-15-035-RDJ
- Archive Date
- 8/20/2015
- Point of Contact
- Ron Juneau, Phone: 4062477352
- E-Mail Address
-
ron.juneau@ihs.gov
(ron.juneau@ihs.gov)
- Small Business Set-Aside
- N/A
- Description
- FAR provision 52.212-3 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Program 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 37.4, Nonpersonal Health Care Services (10 U.S.C. 2304 and 41 U.S.C. 253), in which the contractor is an independent contractor. The Billings Area Indian Health Service (IHS) intends to award a Firm Fixed Price Commercial Item contract in response to Request for Quotation (RFQ) 10-15-035-RDJ. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. The solicitation is issued on an unrestricted basis. The associated North American Industry Classification System code is 621111 and the small business size standard is $11.0 million. Potential contractors are asked to propose all-inclusive daily rates. Quotations should be prepared in accordance with Federal Acquisition Regulation 52.212-1, Instructions to Offerors - Commercial Items (APR 2014). PRICE SCHEDULE - NEPHROLOGIST: Proposals must be inclusive of transportation, meals, per diem, and lodging BASE YEAR: 16 Clinics/Nephrologist @ tiny_mce_marker__________________ per Clinic = tiny_mce_marker_____________________; OPTION YEAR ONE: 16 Clinics/Nephrologist @ tiny_mce_marker__________________ per Clinic = tiny_mce_marker_____________________; OPTION YEAR TWO: 16 Clinics/Nephrologist @ tiny_mce_marker__________________ per Clinic = tiny_mce_marker_____________________; GRAND TOTAL: tiny_mce_marker___________________ PERIOD OF PERFORMANCE: October 1, 2015 to September 30, 2016, with two 12-month options. PURPOSE OF THE CONTRACT: The purpose of this acquisition is to contract for Nephrology Services at the Northern Cheyenne Service Unit, PHS Indian Health Center, Lame Deer, Montana. WORK SCHEDULE: The services shall be scheduled during the weekday and provided from 8:00 am to 4:30 pm. The Nephrologist shall provide at least one clinic each month plus one (1) clinic every quarter. NON-PERSONAL SERVICES CONTRACT: This procurement is a nonpersonal health care service contract, as defined in FAR 37.101, under which the Contractor is an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over the medical and professional aspects of services rendered (e.g., professional judgments, diagnosis for specific medical treatment). The Contractor shall indemnify the Government for any liability producing acts or omissions by the Contractor, its employees and agents occurring during contract performance. The Contractor shall maintain medical liability insurance, which is not less than the amount normally prevailing within the local community for the medical specialty concerned. The Contractor is required to ensure that its subcontracts for provisions of health care services contain the requirements of the clause at 52.237-7, including the maintenance of medical liability insurance. STATEMENT OF WORK (MAJOR DUTIES): The contractor will provide evaluation and treatment of Nephrology related health conditions and needs that include, but are not limited to, the identification and education of chronic kidney disease (CKD), identification and education of CKD treatment options, case management of CKD patients, and preparation for renal replacement therapy. The contractor will work directly with the Wellness Center. The point of contact is Tammy Roundstone, RN, Diabetes Program Coordinator with the Northern Cheyenne Tribal Health Program or her designee. The contractor shall provide 16 Nephrologist Physician clinics per contract year. KNOWLEDGE REQUIRED BY THE POSITION: Knowledge of all requirements necessary to provide licensed Nephrology medical services. GUIDELINES: Guidelines include the federal, state, and local laws, regulations and policies that govern the Indian Health Service as well as IHS circulars and procedure manuals. The contractor uses independent judgment in interpreting and adapting guidelines to unique situations. COMPLEXITY: The services require an extremely high degree of judgment, creativity, cultural sensitivity and professional expertise in risk management and administration due to the nature of the position and healthcare environment. The work involves relationships with a wide variety of individuals; consultants and healthcare professionals and paraprofessionals as well as patients and their families. There is a high degree of responsibility in recognizing and preventing potential compensatory events and in identifying trends that may result in an adverse outcome. SCOPE AND EFFECT: The need to ensure that the utilization of facility resources are being appropriately assigned in relation to patient care occurring throughout the facility. All Service Unit Personnel must have awareness of concepts that relate to this as well as the prevention of fraud and abuse during the assignment of health care resources. This directly effects the quality of patient care. PERSONAL CONTACTS: Contacts are with patients, their families, other medical facilities, Northern Cheyenne Service Unit, community, Tribal Health Department and with IHS and non-IHS consultants. PURPOSE OF CONTACTS: Contacts with patients are to provide intervention and health care to patients. Contacts with families are to provide information about the care of the patients, often under stressful conditions. Contact with Service Unit staff and other health care providers is to exchange information required to provide patient treatment and care and to arrange for patient follow-up. Contacts with the community are to provide health care teaching or injury prevention strategies. PHYSICAL DEMANDS: Prolonged periods of moving, lifting, as well as manual dexterity, ability to bend, stoop and sometimes physically restrain patients. WORK ENVIRONMENT: Work environment in a medical facility includes exposure to communicable diseases. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all necessary equipment and supplies. The Northern Cheyenne Service Unit will be responsible for getting the Contractor access and clearance to all computer services necessary to carry out his/her duties. 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. Access/clearance to all pertinent computer systems, including completing the Rules of Behavior form, Security training; and if necessary, a Business Partner Interconnection Security Agreement (BPISA), should be coordinated with the Service Unit. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. CONTRACTING OFFICER'S REPRESENTATIVE (COR): The COR shall be responsible for: (1) Monitoring the Contractor's 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 Billings Area Financial Management Office with a courtesy copy to the Service Unit. The Contractor agrees to include the following information on each invoice: (1) Contractor's name and address; (2) Contact name, title, and telephone number; (3) Contract Number; (4) Invoice number and date; (5) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed; (6) Remit to Address; (7) Taxpayer Identification Number (Employer Identification Number or Social Security Number); and (8) Data Universal Numbering System (DUNS) number (to ensure payment is made to the correct bank account) and vendor mailing address, as provided in the System for Award Management (SAM), formerly known as the Central Contractor Registration (CCR) database. 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 Service Unit will conduct the character and background investigations. Fingerprints must also be taken as part of the pre-employment process and must be completed before the physician is allowed to work. The fingerprint check should be coordinated with the Service Unit. 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. The Privacy Act of 1974 mandates that the Contractor maintain complete confidentiality of 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 of such confidentiality shall be cause for adverse action. All IHS regulations and policies applicable to these Acts shall be enforced. The Contractor shall comply with IHS facility infection control and safety procedures, practices, and standards. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes has been made 15 days after each quarter. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. FAR 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 (OCT 2014): (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 SUMBIT A WRITTEN RESPONSE TO THE FOLLOWING TECHNICAL EVALUATION FACTORS. The following factors shall be used to evaluate offers: (1) CURRENT, UNRESTRICTED STATE LICENSE = 35 POINTS. Potential contractors must submit a copy of State license with the price quote; (2) RESUME = 35 POINTS. Potential contractors must submit a copy of resume with the price quote. Resumes must include information relating to: (a) Professional Education; (b) Certifications; and (c) Previous jobs; and (3) PAST PERFORMANCE = 30 POINTS. 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. Technical and past performance, when combined, are considered 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: 52.212-4 Contract Term and Conditions-Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (b) 52.203-6, 52.204-10, 52.209-6, 52.209-9, 52.217-9, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37. 52.222-40, 52.222.50, 52,222-54, 52.223-18, 52.225-13, 52.232-33. 52.204-4, 52.204-7, 52.204-9, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 52.215-5, 52.217-8, 52.217-9, 52.222-1, 52.223-5, 52.223-6, 52.232-18, 52.224-1, 52.224-2, 52.227-14, 52.227-17, 52.228-5, 52.237-2, 52.237-3, 52.237-7, 52.242-15, 52.242-17, 52.245-1, 52.245-9, 352.201-70, 352.202-1, 352.203-70, 352.215-1, 352.215-70, 352.222-70, 352.223-70, 252.224-70, 352.227-70, 352.231-71, 352.237-70, 352.237-71, 352.239-72, 352.237-72, 352.239-73, 352.242-71, 352.242-72, 352.242-73, 352.270-2, and 352.270-3. 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 https://www.acquisition.gov 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. Contractors intending to conduct business with the Federal Government must register with the System for Award Management (SAM). SAM replaces the Department of Defense's Central Contractor Registration (CCR) database. SAM is now the primary Government repository, which retains information on Government contractors. You may register via the Internet at www.sam.gov. 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 Wednesday August 5, 2015. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company's name and address. Offers will also be accepted by e-mail at Ron.Juneau@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-10-15-035-RDJ/listing.html)
- Place of Performance
- Address: Northern Cheyenne Service Unit, Northern Cheyenne Health Center, Lame Deer, Montana, 59043, United States
- Zip Code: 59043
- Zip Code: 59043
- Record
- SN03787828-W 20150709/150707235949-43e244ad1a490af3e9b3433dab92e033 (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 |