SOLICITATION NOTICE
Q -- On-Site Cardiology Services for the Cheyenne River Health Center, IHS Hospital, Eagle Butte, South Dakota - SOW and Clauses
- Notice Date
- 8/13/2015
- 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, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
- ZIP Code
- 57401
- Solicitation Number
- RFP-241-2015-0003
- Archive Date
- 9/5/2015
- Point of Contact
- Connie R Valandra, Phone: 605-226-7567
- E-Mail Address
-
connie.valandra@ihs.gov
(connie.valandra@ihs.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachments to the Solicitation Form to Complete by Provider Instructions and Evaluations Representations & Certifications SOW and Clauses This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR (Federal Acquisition Regulations) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is Request For Proposal-241-2015-0003. The solicitation document incorporated provisions and clauses are those in effect through FAC (Federal Acquisition Circular) 2005-83. This is an Open-Market solicitation. NAICS code is 621111 - Offices of Physicians (except Mental Health Specialists), Small Business Size Standard is $11.0 Million. Contract Line Items: Base Year: 1. On-site Cardiology Services - 192 Hours @$______ per Hour 24-Clinic Days, 8-hours each 2. Holter Monitor Readings 240 Tests @$______ Each 3. Professional Fee - Interpret 240 Tests @$______ Each Holter Monitor Readings 4. Resting Echocardiogram 100 Tests @$______ Each 5. Resting Echocardiogram 100 Tests @$______ Each Interpretation 6. Stress Echocardiogram 100 Tests @$______ Each 7. Stress Echocardiogram 100 Tests @$______ Each Interpretation 8. Doppler Ultrasounds 100 Tests @$______ Each Once a month in conjunction with a Clinic Day Option Year 1: 1. On-site Cardiology Services - 192 Hours @$______ per Hour 24-Clinic Days, 8-hours each 2. Holter Monitor Readings 240 Tests @$______ Each 3. Professional Fee - Interpret 240 Tests @$______ Each Holter Monitor Readings 4. Resting Echocardiogram 100 Tests @$______ Each 5. Resting Echocardiogram 100 Tests @$______ Each Interpretation 6. Stress Echocardiogram 100 Tests @$______ Each 7. Stress Echocardiogram 100 Tests @$______ Each Interpretation 8. Doppler Ultrasounds 100 Tests @$______ Each Once a month in conjunction with a Clinic Day Option Year 2: 1. On-site Cardiology Services - 192 Hours @$______ per Hour 24-Clinic Days, 8-hours each 2. Holter Monitor Readings 240 Tests @$______ Each 3. Professional Fee - Interpret 240 Tests @$______ Each Holter Monitor Readings 4. Resting Echocardiogram 100 Tests @$______ Each 5. Resting Echocardiogram 100 Tests @$______ Each Interpretation 6. Stress Echocardiogram 100 Tests @$______ Each 7. Stress Echocardiogram 100 Tests @$______ Each Interpretation 8. Doppler Ultrasounds 100 Tests @$______ Each Once a month in conjunction with a Clinic Day Option Year 3: 1. On-site Cardiology Services - 192 Hours @$______ per Hour 24-Clinic Days, 8-hours each 2. Holter Monitor Readings 240 Tests @$______ Each 3. Professional Fee - Interpret 240 Tests @$______ Each Holter Monitor Readings 4. Resting Echocardiogram 100 Tests @$______ Each 5. Resting Echocardiogram 100 Tests @$______ Each Interpretation 6. Stress Echocardiogram 100 Tests @$______ Each 7. Stress Echocardiogram 100 Tests @$______ Each Interpretation 8. Doppler Ultrasounds 100 Tests @$______ Each Once a month in conjunction with a Clinic Day Option Year 4: 1. On-site Cardiology Services - 192 Hours @$______ per Hour 24-Clinic Days, 8-hours each 2. Holter Monitor Readings 240 Tests @$______ Each 3. Professional Fee - Interpret 240 Tests @$______ Each Holter Monitor Readings 4. Resting Echocardiogram 100 Tests @$______ Each 5. Resting Echocardiogram 100 Tests @$______ Each Interpretation 6. Stress Echocardiogram 100 Tests @$______ Each 7. Stress Echocardiogram 100 Tests @$______ Each Interpretation 8. Doppler Ultrasounds 100 Tests @$______ Each Once a month in conjunction with a Clinic Day The Great Plains Area Office is soliciting proposals for a Firm Fixed-Price, Non-Personal Services contract for a Cardiologist to provide cardiology services within the Cheyenne River Health Center, Cheyenne River IHS Hospital, Eagle Butte, South Dakota. Cardiology Services include: 1. Assessment of Client and assistance with the development of the Treatment Plan. 2. Basic cardiovascular diagnostic procedures: a) Echocardiogram and Interpretation - Resting and Stress. 3. All Interpretations to be completed and returned within 4 calendar days of the clinic visit. 4. Reviews educational and counseling materials for use by professional and paraprofessional staff to provide services to clients and the community. 5. Documents information in the Electronic Health Record (EHR) of each patient seen. The period of performance will be from September 1, 2015 through August 31, 2016, with four 1-year options with performance dates of September 1, 2016 through August 31, 2017; September 1, 2017 through August 31, 2018; September 1, 2018 through August 31, 2019; September 1, 2019 through August 31, 2020; respectively. INSTRUCTION TO OFFERORS: Proposal must contain the following documents in order to be considered responsive and eligible for an award: 1. If applicable, Licensure Requirement form with a copy of the license. 2. For each potential candidate, a completed and signed Agreement to a Temporary Waiver of Character Investigation form. 3. For each potential candidate, a completed and signed Optional Form 306 Declaration for Federal Employment. 4. For each potential candidate, a completed and signed Optional Form 306 Addendum to Declaration for Federal Employment. 5. Copy of Malpractice Insurance. Complete the attached FAR and HHSAR (Health and Human Services Acquisition Regulations) provisions and clauses applicable to this acquisition, including: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Apr 2014); FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014). 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: 1. Problem and Approach - A) Explain the proposed technical approach in conjunction with the tasks outlined in the Statement of Work. B) Submit a detailed work plan indicating how each aspect of the Statement of Work is to be accomplished. C) Explain how the work/project is to be organized, staffed, and managed. 2. Past Performance - Complete attached Past Performance Questionnaire: A) Identify one contract you consider to be the most successful with your reasoning. B) Identify, at least 3, other contracts of similar work and indicate your record of performance. C) Identify 5 other contracts of work you deem similar if you have no previous experience with the work requirements of the solicitation. 3. Key Personnel - A) List professional personnel and key employees that will be assigned to this project. B) Curriculum vitae and resume shall be provided for each individual. 4. Management - Provide the following information in sufficient detail to allow a complete analysis of the offeror's management capabilities and responsibility. A) Financial capability to perform the Statement of Work. B) Capability to meet delivery or performance schedules. C) Possession of necessary organization, experience, and technical skills to perform the work, or the ability to obtain them. D) Possession of required facilities. Technical and past performance, when combined, are significantly more important than cost or price. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Mar 2015); This must be completed by the Offeror. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (May 2015); and FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015). Note to the Proposed Contractor : 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 IHS (Indian Health Service). Before starting work requiring routine access to IHS facilities or systems each person must complete an FBI National Criminal History Check (Fingerprint Check) adjudicated by an IHS employee using the Office of Personnel Management Personnel Investigations Processing System. Contractors shall allow five business days for IHS processing of fingerprints taken electronically at an IHS site and thirty business days for non-electronic processing of fingerprints using FBI Form FD-258. A list of IHS sites with electronic fingerprint capability is available from the Contracting Officer. The IHS utilizes the eQIP (Electronic Questionnaire Investigations Processing) system to process background investigations. Contractors are required to work with the Service Unit Background Coordinator or other designee to properly complete their eQIP entry without error. Proper submission of the eQIP entry to the OPM (Office of Personnel Management) is required prior to the individual being allowed to begin their performance under this contract. Computers have been provided to the Service Unit for this purpose. OIG Exclusion List No contract award shall be made to a vendor or provider listed on the OIG Exclusion List (http://exclusions.oig.hhs.gov) throughout the duration of the contract. Should a candidate be found with a non-favorable security clearance it shall be the contractor's responsibility to replace the candidate working under the contract/purchase order with a suitable candidate. It shall be the responsibility of the contractor to notify the Acquisition Office is there is a change in provider. In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the LEIE (HHS Office of Inspector General List of Excluded Individuals/Entities), http://exclusions.oig.hhs.gov. As soon as practicable prior to 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 IHS 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. The 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 a reduction(s) in the contract price of no more than the cost of the investigation(s). Proposals are due on August 21, 2015 @ 2:00pm CDT/CST. Submit proposals to: Great Plains Area Indian Health Service Attn: Connie Valandra, Contract Specialist Federal Building, Room 309 115 4th Avenue Southeast Aberdeen, South Dakota 57401-4381 Telephone: 605/226-7567
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFP-241-2015-0003/listing.html)
- Place of Performance
- Address: PO Box 1012, 24276 166th Street, Airport Road, Eagle Butte, South Dakota, 57625, United States
- Zip Code: 57625
- Zip Code: 57625
- Record
- SN03837004-W 20150815/150813235107-a02c99651eac6924e27578a399030ef5 (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 |