SOLICITATION NOTICE
Q -- InPatient/OutPatient Department Physician Services - SOW, Provisions and Clauses
- Notice Date
- 1/20/2016
- 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-241-2016-0003
- Archive Date
- 2/13/2016
- 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
- Total Small Business
- Description
- Forms for completion by Applicant for RFP Additional Terms and Conditions to RFP Statement of Work, Provisions, 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-241-2016-0003. The solicitation document incorporated provisions and clauses are those in effect through FAC (Federal Acquisition Circular) 2005-86. This is a Total Small Business Set-aside and an Open-Market solicitation. NAICS code is 621111 - Offices of Physicians (except Mental Health Specialists), Small Business Size Standard is $11.0 Million. The unit pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state, and local taxes) plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates. Contract Line Items: 1. InPatient/OutPatient Department Physician Services, 2-Clinic Days per week. 1248 Regular Hours @$______ per Hour, totaling $_______ 2. InPatient/OutPatient Department Physician Services. 624 Week Night On-Call Hours @$______ per Hour, totaling $__________ 3. InPatient/OutPatient Department Physician Services. 300 Call Back Hours @$______ per Hour, totaling $________ Total $_________ The Great Plains Area Office is soliciting proposals for an Indefinite-Delivery/Definite Quantity, Firm Fixed-Price, Non-Personal Services contract for InPatient/OutPatient Department Physician Services for 2-Clinic Days per week for the InPatient/Outpatient Department of the Cheyenne River Health Center, Cheyenne River IHS Hospital, 24276 166th Street, Airport Road, Eagle Butte, South Dakota 57625. InPatient/OutPatient Services include: (List is not all-inclusive.) 1. Management of patients presenting to the outpatient/emergency room services as well as inpatients as needed. 2. 12-hour Clinic Days for scheduled OutPatient and Walk-In. 3. InPatient - Call from 7:00 p.m. - 7:00 a.m. Rounds in the morning if needed. 4. Staff Development/Education. 5. Medical Staff/Quality Assurance Participation 6. E.H.R. template development. 7. Treatment Protocol development. The period of performance will be one year from Date of Award. 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 Coverage 6. Active, current, full, and unrestricted license to practice. 7. DEA Licensure. 8. Copy of a current physical examination (within the past 2 years) with current immunizations for MMR and DT. 9. MD Degree from an accredited School of Medicine. 10. Copy of current certification in BLS, ACLS. 11. Current CV/Resume. Completion of 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 (Oct 2015) (Incorporated by Reference): A. In addition to the required information to be submitted, the offeror shall complete the attached Past Performance Questionnaire Form for item (10). 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. Award shall be made to the Lowest Price, Technically Acceptable offer. The following factors shall be used to evaluate offers: A. Items 1-11 listed under Instructions to Offerors. B. Past performance information. The Government reserves the right to make multiple awards, if after considering the additional administrative costs, it is in the Government's best interest to do so FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Nov 2015). This must be completed by the Offeror. See attachment for full text. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. 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 (Jan 2016). Questions regarding this solicitation must be submitted in writing by e-mail, fax, or mail by January 22, 2016, @10:00 am CDT/CST for a written response. Proposals are due on January 29, 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 Facsimile: 605/226-7669 E-mail: connie.valandra@ihs.gov 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).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFP-241-2016-0003/listing.html)
- Place of Performance
- Address: 24276 166th Street, Airport Road, Eagle Butte, South Dakota, 57625, United States
- Zip Code: 57625
- Zip Code: 57625
- Record
- SN03996552-W 20160122/160120234808-a938925580eff32f8a01e0298a94cd6f (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 |