SOLICITATION NOTICE
Q -- Non-Personal Service Contract for Anesthesiologist or Certified Registered Nurse Anesthetist (CRNA) Physician Services at Gallup Service Unit
- Notice Date
- 11/6/2020 3:49:19 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561320
— Temporary Help Services
- Contracting Office
- NAVAJO AREA INDIAN HEALTH SVC WINDOW ROCK AZ 86515 USA
- ZIP Code
- 86515
- Solicitation Number
- 020-G54-21-0007
- Response Due
- 11/23/2020 2:00:00 PM
- Archive Date
- 12/08/2020
- Point of Contact
- Adrian Segay
- E-Mail Address
-
Adrian.Segay@ihs.gov
(Adrian.Segay@ihs.gov)
- Small Business Set-Aside
- SBP Partial Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 for this acquisition is 020-G54-21-0007. The solicitation is issued as a request for quotation (RFQ) using FAR Part 12 Commercial Items in conjunction with FAR Part 13 Simplified Acquisition Procedures. ________________________________________ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021--01, effective 10/01/2020. ________________________________________ The North American Industry Classification System (NAICS) Code for this acquisition is 561320 � Temporary Help Services with a small business size standard of $30.0 Million. ________________________________________ The Navajo Area Indian Health Services, Gallup Indian Medical Center (GIMC), Division of Acquisition Management & Contracts has a requirement for two (2) Anesthesiologist or Certified Registered Nurse Anesthetist (CRNA) Physician Services to be performed at the Gallup Indian Medical Center, Gallup, New Mexico. The need calls for Physicians to be board certified in Anesthesia Department. All services are to be performed in accordance with the attached Performance Work Statement (PWS) No. GIMC-21-001. ________________________________________ Period of Performance:� Base Period: � � � � � � � � 01/01/2021 to 03/31/2021 CLIN No.��Description� � � � � � � � � � � � � � �Qty�� �Unit� � � � Unit Cost� � � � � � Total Cost 0001� � � � �Regular Bill/Call Back Rate�� �520�� �Hours�� �$__________�� �$___________ 0002� � � � �Week Night Call Rate� � � � � � 3-10�� �Shifts�� �$__________�� �$___________ 0003� � � � �Weekend Call Rate� � � � � � � � 5-10�� �Shifts�� �$__________�� �$___________ First Option Period: � � 04/01/2021 to 06/30/2021 CLIN No.��Description� � � � � � � � � � � � � � �Qty�� �Unit� � � � Unit Cost� � � � � � Total Cost 0001� � � � �Regular Bill/Call Back Rate�� �520�� �Hours�� �$__________�� �$___________ 0002� � � � �Week Night Call Rate� � � � � � 3-10�� �Shifts�� �$__________�� �$___________ 0003� � � � �Weekend Call Rate� � � � � � � � 5-10�� �Shifts�� �$__________�� �$___________ Second Option Period: 07/01/2021 to 09/30/2021 CLIN No.�� Description� � � � � � � � � � � � � � Qty�� �Unit� � � �Unit Cost� � � � � � �Total Cost 0001� � � � � Regular Bill/Call Back Rate�� 520�� �Hours�� �$__________�� �$___________ 0002� � � � � Week Night Call Rate� � � � � �3-10�� �Shifts�� �$__________�� �$___________ 0003� � � � � Weekend Call Rate� � � � � � � �5-10�� �Shifts�� �$__________�� �$___________ Third Option Period: � �10/01/2021 to 12/31/2021 CLIN No.�Description� � � � � � � � � � � � � � Qty�� �Unit�� �Unit Cost�� �Total Cost 0001� � � � Regular Bill/Call Back Rate�� �520�� �Hours�� �$__________�� �$___________ 0002� � � ��Week Night Call Rate� � � � � � 3-10�� �Shifts�� �$__________�� �$___________ 0003� � � � Weekend Call Rate� � � � � � � � 5-10�� �Shifts�� �$__________�� �$___________ ________________________________________ Place of Performance: Gallup Indian Medical Center, 516 E. Nizhoni Blvd., Gallup, NM 87301. ________________________________________ The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. ________________________________________ FAR 52.212-2, Evaluation-Commercial Items, The Government reserves the right to issue a single award or multiple awards to the contractor(s) whose quote(s) represents the best value as defined by FAR 2.101 and results in the lowest-cost alternative for the Government. In determining best value, the following factors will be considered: Price, Past Performance, and the Qualifications of each proposed candidate. As part of the evaluation process, candidates may be interviewed to ensure their understanding of the PWS and to verify their qualifications to perform the required services. ________________________________________ Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. ________________________________________ FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018) applies to this acquisition. ________________________________________ FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Oct 2020), applies to this acquisition. � � �(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (June 2020), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 1 0 U.S.C. 2402). � � �(2) 5 �2.203-13, Contractor Code of Business Ethics and Conduct (Jun 2020) (4 �1 U.S.C. 3509)). � � �(3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) � � �(4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) ( 31 U.S.C. 6101 note). � � �(5) [Reserved]. � � �(6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). � � �(7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). X (8) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Jun 2020) (31 U.S.C. 6101 note). � � �(9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313). � � �(10) [Reserved]. � � �(11) (i) 5 �2.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Mar 2020) (1 �5 U.S.C. 657a). � � �(ii) Alternate I (Mar 2020) of 52.219-3. � � �(12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). � � �(ii) Alternate I (Mar 2020) of 52.219-4. � � �(13) [Reserved] � � �(14) (i) 5 �2.219-6, Notice of Total Small Business Set-Aside (Mar 2020) (1 �5 U.S.C. 644). � � �(ii) Alternate I (Mar 2020) of 52.219-6. � � �(15) (i) 5 �2.219-7, Notice of Partial Small Business Set-Aside (Mar 2020) (1 �5 U.S.C. 644). � � �(ii) Alternate I (Mar 2020) of 52.219-7. � � �(16) 5 �2.219-8, Utilization of Small Business Concerns (Oct 2018) (1 �5 U.S.C. 637(d)(2) and (3)). � � �(17) (i) 5 �2.219-9, Small Business Subcontracting Plan (Jun 2020) (1 �5 U.S.C. 637(d)(4)). � � �(ii) Alternate I (Nov 2016) of 52.219-9. � � �(iii) Alternate II (Nov 2016) of 52.219-9. � � �(iv) Alternate III (Jun 2020) of 52.219-9. � � �(v) Alternate IV (Jun 2020) of 52.219-9 � � �(18) (i) 5 �2.219-13, Notice of Set-Aside of Orders (Mar 2020) (1 �5 U.S.C. 644(r)). (ii) Alternate I (Mar 2020) of 52.219-13. � � �(19) 5 �2.219-14, Limitations on Subcontracting (Mar 2020) (1 �5 U.S.C. 637(a)(14)). � � �(20) 5 �2.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (1 �5 U.S.C. 637(d)(4)(F)(i)). � � �(21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Mar 2020) (15 U.S.C. 657f). � � �(22) (i) 52.219-28, Post Award Small Business Program Rerepresentation (May 2020) (15 U.S.C. 632(a)(2)). (ii) Alternate I (MAR 2020) of 52.219-28. � � �(23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Mar 2020) (15 U.S.C. 637(m)). � � �(24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Mar2020) (15 U.S.C. 637(m)). � � �(25) 5 �2.219-32, Orders Issued Directly Under Small Business Reserves (Mar 2020) (1 �5 U.S.C. 644(r)). � � �(26) 5 �2.219-33, Nonmanufacturer Rule (Mar 2020) (1 �5U.S.C. 637(a)(17)). X (27) 52.222-3, Convict Labor (Jun 2003) (E.O.11755). X (28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan2020) (E.O.13126). � � �(29) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). � � �(30) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246). � � �(ii) Alternate I (Feb 1999) of 52.222-26. � � �(31) (i) 5 �2.222-35, Equal Opportunity for Veterans (Jun 2020) (3 �8 U.S.C. 4212). � � �(ii) Alternate I (Jul 2014) of 52.222-35. � � �(32) (i) 5 �2.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (2 �9 U.S.C. 793). � � �(ii) Alternate I (Jul 2014) of 52.222-36. � � �(33) 5 �2.222-37, Employment Reports on Veterans (Jun 2020) (3 �8 U.S.C. 4212). � � �(34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). � � �(35) (i) 5 �2.222-50, Combating Trafficking in Persons (Oct 2020) (2 �2 U.S.C. chapter 78 and E.O. 13627). � � �(ii) Alternate I (Mar 2015) of 5 2.222-50 (22 U.S.C. chapter 78 and E.O. 13627). � � �(36) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) � � �(37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA�Designated Items (May 2008) ( 42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off- the-shelf items.) � � �(ii) Alternate I (May 2008) of 5 �2.223-9 (4 �2 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) � � �(38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693). � � �(39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). � � �(40) (i) 52.223-13, Acquisition of EPEAT�-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). � � �(ii) Alternate I (Oct 2015) of 52.223-13. � � �(41) (i) 52.223-14, Acquisition of EPEAT�-Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). � � �(ii) Alternate I (Jun2014) of 52.223-14. � � �(42) 5 �2.223-15, Energy Efficiency in Energy-Consuming Products (May 2020) (4 �2 U.S.C. 8259b). � � �(43) (i) 52.223-16, Acquisition of EPEAT�-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). � � �(ii) Alternate I (Jun 2014) of 52.223-16. X (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513). � � �(45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). � � �(46) 52.223-21, Foams (Jun2016) (E.O. 13693). � � �(47) (i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a). � � �(ii) Alternate I (Jan 2017) of 52.224-3. � � �(48) 5 �2.225-1, Buy American-Supplies (May 2014) (4 �1 U.S.C. chapter 83). � � �(49) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (4 �1 U.S.C.chapter83, 1 �9 U.S.C. 3301 note, 1 �9 U.S.C. 2112 note, 1 �9 U.S.C. 3805 note, 1 �9 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. � � �(ii) Alternate I (May 2014) of 52.225-3. � � �(iii) Alternate II (May 2014) of 52.225-3. � � �(iv) Alternate III (May 2014) of 52.225-3. __ (50) 5 �2.225-5, Trade Agreements (Oct 2019) (1 �9 U.S.C. 2501, et seq., 1 �9 U.S.C. 3301 note). __ (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302Note). __ (53) 5 �2.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov2007) (4 �2 U.S.C. 5150). __ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov2007) (42 U.S.C. 5150). __ (55) 52.229-12, Tax on Certain Foreign Procurements (Jun 2020). __ (56) �52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (4 �1 U.S.C. 4505, 1 �0 U.S.C. 2307(f)). __ (57) �52.232-30, Installment Payments for Commercial Items (Jan2017) (4 �1 U.S.C. 4505, 1 �0 U.S.C. 2307(f)). X (58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) (31 U.S.C. 3332). __ (59) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (60) 5 �2.232-36, Payment by Third Party (May 2014) (3 �1 U.S.C. 3332). __ (61) 5 �2.239-1, Privacy or Security Safeguards (Aug 1996) (5� U.S.C. 552a). __ (62) 5 �2.242-5, Payments to Small Business Subcontractors (Jan 2017) (1 �5 U.S.C. 637(d)(13)). __ (63) (i) �52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (4 �6 U.S.C. Appx. 1241(b) and 1 �0 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. __ (iii) Alternate II (Feb 2006) of 52.247-64. � (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: X � (1) 5 �2.222-41, Service Contract Labor Standards (Aug 2018) (4 �1 U.S.C. chapter67). __ (2) �52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (2 �9 U.S.C. 206 and 4 �1 U.S.C. chapter 67). X (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (2 �9 U.S.C. 206 and 4 �1 U.S.C. chapter 67). � � �(4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) ( 2 9U.S.C.206 and 4 1 U.S.C. chapter 67). � � �(5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). __ (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). � � �(7) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). � � �(8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). � � �(9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792). ________________________________________ The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive Orders applicable to acquisition of commercial items: 52.204-6, Unique Entity Identifier (Oct 2016) 52.204-13, System for Award Management Maintenance (Oct 2018) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a)The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b)If the Government exercises this option, the extended contract shall be considered to include this option clause. (c)The total duration of this contract, including the exercise of any options under this clause, shall not exceed 6 months. (End of clause) 52.222-3, Convict Labor (June 2003). 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sept 2016) 52.222-55, Minimum Wages under Executive Order 13658 (Dec 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) 52.224-2, Privacy Act (Apr 1984) 52.232-18, Availability of Funds (Apr 1984) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Aug 1984) 52.237-3, Continuity of Services (Jan 1991) 52.237-7, Indemnification and Medical Liability Insurance (Jan 1997) The following HHSAR clauses are hereby incorporated in this RFQ: HHSAR 352.242-70 Key personnel (December 2015), HHSAR 352.224-70 Privacy Act (December 2015), HHSAR 352.237-70 Pro-Children Act (December 2015), HHSAR 352.237-71 Crime Control Act - reporting of child abuse (December 2015), HHSAR 352.237-72 Crime Control Act - requirement for background checks (December 2015). The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this requirement. To be considered for award, please complete, sign and submit the following documents: 1. Pricing Schedule for Non-Personal Health Care Services (attached and must be signed) 2. Complete candidate profile (CV/Resume, Licensures, and Certifications.) **DOCUMENTS NOT COMPLETED OR SIGNED WILL NOT BE CONSIDERED. Interested parties are requested to submit a quote, along with all completed supporting documents as soon as possible. **Due to the immediate need for Anesthesiologist or Certified Registered Nurse Anesthetist (CRNA) Services, we will begin to review only completed documents (Pricing Schedule, Certification, and Profile). Awards may be established before the closing of this synopsis/solicitation. All responsible offerors shall submit the following documents NO LATER THAN 3:00 P.M. MST, November 23, 2020. Fax submissions are not authorized. Any questions, please contact Adrian Segay, Contract Specialist at adrian.segay@ihs.gov. Subject Line: Solicitation Number. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ab0d0cbafe134a0a9f61195b6ddbaf33/view)
- Place of Performance
- Address: Gallup, NM 87301, USA
- Zip Code: 87301
- Country: USA
- Zip Code: 87301
- Record
- SN05848217-F 20201108/201106230144 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |