Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 24, 2024 SAM #8398
SOLICITATION NOTICE

Q -- Nonpersonal Service Contract for OB/Gynecologist

Notice Date
11/22/2024 2:13:31 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
IHS1502750
 
Response Due
12/6/2024 12:00:00 PM
 
Archive Date
12/07/2024
 
Point of Contact
TILDA NEZ, Phone: 9286747474
 
E-Mail Address
tilda.nez@ihs.gov
(tilda.nez@ihs.gov)
 
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 I this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation no. IHS1502750 is issued as a request for quotation (RFQ). The solicitation document incorporates provisions and clauses that are those in effect through Federal Acquisition Circular (FAC) 2024-05, effective May 22, 2024. The solicitation is unrestricted under North American Industry Classification System (NAICS) code 561320 Temporary Help Services with an associated small business size standard of $30,000,000.00. SCHEDULE OF ITEMS CLIN NO. Description Quantity Unit Price Extended Price 1 Base Period, 02/01/2025 to 04/30/2025: Nonpersonal Service for OBGYN All-Inclusive Regular/Overtime Hourly Rate 522 Hours Weekend On-Call (Flat rate 15 hrs./night) per Shift 15 Hours/Shift Weekend On-Call (Flat rate 24-hrs./night) per Shift 24 Hours/Shift 2 First Option Period, 05/01/2025 to 07/31/2025: Nonpersonal Service for OBGYN All-Inclusive Regular/Overtime Hourly Rate 522 Hours Weekend On-Call (Flat rate 15 hrs./night) per Shift 15 Hours/Shift Weekend On-Call (Flat rate 24-hrs./night) per Shift 24 Hours/Shift 3 Second Option Period, 08/01/2025 to 10/31/2025: Nonpersonal Service for OBGYN All-Inclusive Regular/Overtime Hourly Rate 522 Hours Weekend On-Call (Flat rate 15 hrs./night) per Shift 15 Hours/Shift Weekend On-Call (Flat rate 24-hrs./night) per Shift 24 Hours/Shift 4 Third Option Period, 11/01/2025 to 01/31/2025: Nonpersonal Service for OBGYN All-Inclusive Regular/Overtime Hourly Rate 522 Hours Weekend On-Call (Flat rate 15 hrs./night) per Shift 15 Hours/Shift Weekend On-Call (Flat rate 24-hrs./night) per Shift 24 Hours/Shift TOTAL PWS No. CSU-24-01 OBGYN dated 0l JULY 2024 is included as an attachment. The Chinle Comprehensive Health Care Facility (CCHCF) is based in Chinle, Arizona (Northeast Arizona near Canyon De Chelly National Monument). The CCHCF is a 60-bed hospital which serves as the health care hub for the region. The medical staff includes Family Physicians, Internists, Pediatricians, General Surgeons, OB/GYN's, Anesthesiologists, and a Psychiatrist. In addition to routine outpatient and inpatient primary care, services available to our patients include: Adult Intensive Care, General Surgery (including laparoscopic surgery), routine and operative Obstetrics, and 24-Hour Emergency Room Services. Health care services are provided to approximately 37,000 active users. Strong Navajo cultural traditions exist within the community, offering an opportunity to learn the Navajo language, or to learn about traditional Navajo medicine. The service unit is located on the Colorado Plateau with excellent opportunities for photography, hiking, running, road biking, cross country skiing, and mountain biking. Canyon de Chelly National Monument is within 5 miles of the hospital and is a wonderful place for exploring and sightseeing, running and mountain biking. The Contractor shall provide an all-inclusive rate, weekend on-call (flat rate 15 hours/night) and weekend on-call (flat rate 24 hours/night), and is responsible for all costs associated with providing said services, i.e. travel, per diem, lodging/housing, etc. Government quarters are currently not available, but Chinle, AZ has (3) hotels in the immediate area. The Contractor shall be responsible for housing respective providers if there are no government quarters available. Upon selection, the provider will be placed on a waiting list to acquire Government quarters. If Government housing becomes available, the provider shall contact the CCHCF Housing Services Department, and make rental/payment arrangements; telephone number 928-674-7303. The period of performance is 02/01/2025 to 01/31/2026 including option periods: OPTION PERIODS: -Base Period 02/01/2025 to 04/30/2025 -First Option Period 05/01/2025 to 07/31/2025 -Second Option Period 08/01/2025 to 10/31/2025 -Third Option Period 11/01/2025 to 01/31/2026. The provision at 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services (SEP 2023), applies to this acquisition. Addenda are included. Instructions to Offerors � Commercial Products and Commercial Services (Nov 2021) Submission of Offers. All offers must include the following information and submitted at or before the date and time specified in this solicitation. **Email offer directly to the Contract Specialist (CS). The CS for this action is: Tilda Nez, Contract Specialist, 928-674-7474, tilda.nez@ihs.gov. No questions will be accepted regarding this notice. Submit Adobe PDF files only. The provision at 52.212-2, Evaluation � Commercial Products and Commercial Services (NOV 2021), applies to this acquisition. The following factors shall be used to evaluate quotes: a) The Government will award a contract (or multiple contracts) 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) Past Performance of Vendor: Provide a list of 3-5 prior contracts of the same discipline requested herein of comparable size and complexity within the past 5 years, and provide complete and final Contractor�s Performance Assessment Reporting System (CPARS) reports for each contract listed. Each identified contract shall include the following information: contract number, points of contact of Government personnel who accepted/received the products/services, phone numbers and email addresses for those Government personnel, a description of the requirement and an explanation of how it relates to the current requirement, and the contract award amount. If offeror has no CPARs, then offeror will be rated neutral. Offerors who provide CPARs will be weighted and considered higher in regards to Past Performance based on their CPARS ratings. 2) Technical Capability of Vendor: a. Provide a response to how the offeror will respond to staff shortages / absenteeism / replacement in providing candidates. b. Provide evidence offeror has adequate and appropriate planning, personnel, and available resources positioned efficiently and effectively to carry out the requirements and can meet the large volume of services requested herein. 3) Qualification Requirements of Candidates: Provide complete Candidate Profile; Curriculum vitae, resumes, licensures, and all relative documents for proposed candidates. Provide evidence the candidates meet 100% of the requirements listed in the Performance Work Statement. Offeror must provide the following: a. Candidate�s Licenses/Certifications/Detailed Experience - Refer to PWS. NOTE: The Government will not be interviewing candidates. 4) Price: Pricing shall be submitted using the Schedule of Items on page 1. 5) Provide a completed IHS IEE Representation Form attachment. Failure to follow instructions and/or to provide required information may render proposal nonresponsive or unacceptable, and will be removed from award consideration. Past Performance of Vendor, Technical Capability of Vendor, and Qualification Requirements of Candidates when combined, are Significantly more important than cost or price, and all non-price factors are of equal importance. Offers are intended to be evaluated with, and award made after, discussions with the offerors. 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. Offerors/quoters must include with its offer/quote a completed copy of the provision at 52.212-3 Offeror Representations and Certifications � Commercial Products and Commercial Services (MAY 2024). The following Federal Acquisition Regulation provisions also apply: 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING AUG 2020 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT OCT 2020 52.216-31 TIME-AND-MATERIALS/LABOR-HOUR PROPOSAL REQUIREMENTS � COMMERCIAL ITEM ACQUISITION FEB 2007 52.233-2 SERVICE OF PROTEST (Chinle Comprehensive Health Care Facility, Attn: Tanya Begay, US HWY 191 Hospital Drive, Chinle, AZ 86503), SEPT 2006 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE www.acquisition.gov/browse/index/far, www.acquisition.gov/hhsar FEB 1998 The clause at 52.212-4, Contract Terms and Conditions � Commercial Products and Commercial Services (MAY 2024), applies to this acquisition. Addenda are included. 52.212-4, Contract Terms and Conditions � Commercial Products and Commercial Services (MAY 2024), Alternate 1 (Nov 2021) applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Products and Commercial Services (MAY 2024), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: Clause No., Clause Name, Clause Date 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) 52.204-14, Service Contract Reporting Requirements (Oct 2016) https://www.acquisition.gov/far/4.1703#FAR_4_1703 (4.1703 Reporting requirements) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022) 52.219-8, Utilization of Small Business Concerns (Feb 2024) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2024) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) (ii) Alternate I (Feb 1999) of 52.222-26 https://www.acquisition.gov/far/22.807#FAR_22_807 (22.807 Exemptions) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (ii) Alternate I (Jul 2014) https://www.acquisition.gov/far/22.1305#FAR_22_1305 (22.1305 Waivers) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (ii) Alternate I (Jul 2014) of 52.222-36 https://www.acquisition.gov/far/22.1403#FAR_22_1403 (22.1403 Waivers) 52.222-37, Employment Reports on Veterans (Jun 2020) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50, Combating Trafficking in Persons (Nov 2021) 52.222-54, Employment Eligibility Verification (May 2022) 52.224-3 Privacy Training (Jan 2017) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) 52.232-29, Terms for Financing of Purchases of Commercial Products and Commercial Services (Nov 2021) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) 52.239-1, Privacy or Security Safeguards (Aug 1996) The following Federal Acquisition Regulation clauses also apply: 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER CONTENT PAPER MAY 2011 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL JAN 2011 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE AUG 2020 52.232-18 AVAILABILITY OF FUNDS APR 1984 52.224-1 PRIVACY ACT NOTIFICATION APR 1984 52.224-2 PRIVACY ACT APR 1984 52.237-2 PROTECTION OF GOVERNMENT BUILDING, EQUIPMENT, AND VEGETATION APR 1984 52.237-3 CONTINUITY OF SERVICES JAN 1991 52.242-13 BANKRUPTCY JUL 1995 52.252-2 CLAUSES INCORPORATED BY REFERENCE www.acquisition.gov/browse/index/far, www.acquisition.gov/hhsar FEB 1998 52.217-8 OPTION TO EXTEND SERVICES NOV 1999 The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor before the contract expires. (End of clause) 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 the limits and at the rate specified in the contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend 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 12 months. (End of clause) 52.237-7 INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE JAN 1997 (a)It is expressly agreed and understood that this is a non-personal services contract, as defined in Federal Acquisition Regulation (FAR) 37.101, under which the professional services rendered by the Contractor are rendered in its capacity as an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over professional aspects of the services rendered, including by example, the Contractor�s professional medical judgment, diagnosis, or specific medical treatments. The Contractor shall be solely liable for and expressly agrees to indemnify the Government with respect to any liability producing acts or omissions by it or by its employees or agents. The Contractor shall maintain during the term of this contract liability insurance issued by a responsible insurance carrier of not less than the following amount(s) per specialty per occurrence: $1,000,000.00; $3,000,000.00 aggregate. (b)An apparently successful offeror, upon request by the Contracting Officer, shall furnish prior to contract award evidence of its insurability concerning the medical liability insurance required by paragraph (a) of this clause. (c)Liability insurance may be on either an occurrences basis or on a claims-made basis. If the policy is on a claims-made basis, an extended reporting endorsement (tail) for a period of not less than 3 years after the end of the contract term must also be provided. (d)Evidence of insurance documenting the required coverage for each health care provider who will perform under this contract shall be provided to the Contracting Officer prior to the commencement of services under this contract. If the insurance is on a claims-made basis and evidence of an extended reporting endorsement is not provided prior to the commencement of services, evidence of such endorsement shall be provided to the Contracting Officer prior to the expiration of this contract. Final payment under this contract shall be withheld until evidence of the extended reporting endorsement is provided to the Contracting Officer. (e)The policies evidencing required insurance shall also contain an endorsement to the effect that any cancellation or material change adversely affecting the Government�s interest shall not be effective until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer. If, during the performance period of the contract the Contractor changes insurance providers, the Contractor must provide evidence that the Government will be indemnified to the limits specified in paragraph (a) of this clause, for the entire period of the contract, either under the new policy, or a combination of old and new policies. (f)The Contractor shall insert the substance of this clause, including this paragraph (f), in all subcontracts under this contract for health care services and shall require such subcontractors to provide evidence of and maintain insurance in accordance with paragraph (a) of this clause. At least 5 days before the commencement of work by any subcontractor, the Contractor shall furnish to the Contracting Officer evidence of such insurance. (End of clause) The following Department of Health and Human Services Acquisition Regulation clauses incorporated by reference also apply: 352.223-70 SAFETY AND HEALTH DEC 2015 352.224-70 PRIVACY ACT DEC 2015 352.224-71 CONFIDENTIAL INFORMATION DEC 2015 352.226-1 INDIAN PREFERENCE DEC 2015 352.237-70 PRO-CHILDREN ACT DEC 2015 352.237-70 CRIME CONTROL ACT � REPORTING OF CHILD ABUSE DEC 2015 352.237-72 CRIME CONTROL ACT � REQUIREMENTS FOR BACKGROUND CHECKS DEC 2015 352.237-73 INDIAN CHILD PROTECTION AND FAMILY VIOLENCE ACT DEC 2015 352.237-74 NON-DISCRIMINATION IN SERVICE DELIVERY DEC 2015 352.237-75 KEY PERSONNEL DEC 2015 352.232-71 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS FEB 2022 (a) Definitions. As used in this clause � Payment request means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), �Content of Invoices� and the applicable Payment clause included in this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests electronically using the Department of Treasury Invoice Processing Platform (IPP) or successor system. Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site. (c) The Contractor may submit payment requests using other than IPP only when the Contracting Officer authorizes alternate procedures in writing in accordance with HHS procedures. (d) If alternate payment procedures are authorized, the Contractor shall include a copy of the Contracting Officer�s written authorization with each payment request. (End of Clause) The following local Indian Health Service, Gallup Service Unit special instructions also apply: GSU-01 NON-PERSONAL SERVICES DEC 2020 The Government shall neither supervise Contractor employees nor control the method by which the Contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual Contractor employees. It shall be the responsibility of the Contractor to manage its employees and to guard against any actions that are of a personal services nature, or give the perception of personal services. If the Contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the Contractor's responsibility to notify the Contracting Officer (CO) immediately. Rev. 06/04/2024 (End of clause) GSU-02 NON-PERSONAL HEALTH CARE SERVICES DEC 2020 In accordance with FAR 37.401, this is a non-personal health care services 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, professional aspects of services rendered. The Contractor indemnifies the Government for any liability producing act or omission by the Contractor, its employees and agents occurring during contract performance. The Contractor must maintain medical liability insurance in the coverage amounts identified in the clause at 52.237-7 Indemnification and Medical Liability Insurance, which must flow down to any of the Contractor�s subcontracts for provisions of health care services. (End of clause) GSU-03 ON-CALL OR STAND-BY SERVICES DEC 2020 One (1) qualified, security-cleared personnel in accordance with the technical requirements of the contract will be assigned to standby duty each week during the contract�s period of performance. Standby duty consists of a qualified personnel within reach of a telephone or pager so that an employee on standby may be notified to report for work in cases of emergency outside of regularly-scheduled working hours. Standby duty does not require any interruption of personnel�s normal life except to the extent of making arrangements so that the personnel can be reached by telephone or pager within a reasonable driving time from the place the employee normally reports for work. The standby personnel is expected to report to work within two (2) hours from the time the personnel was notified. (End of Clause) GSU-04 IMPLEMENTATION OF INDIAN HEALTH MANUAL PART 3, CHAPTER 20, PROTECTING CHILDREN FROM SEXUAL ABUSE BY HEALTH CARE PROVIDERS JUL 2021 Indian Health Manual Part 3, Chapter 20 establishes policy for Protecting Children from Sexual Abuse by Health Care Providers. All Indian Health Service contractors must complete a government-provided, training module associated with this policy as an integral part of the onboarding process, but no more than 30 days from the date of onboarding. Failure to complete the mandatory training may be cause for adverse action from a minimum of temporary suspension, to a maximum of termination, from appointment. The Contractor is required to flow down this clause in any subcontract for commercial or non-commercial item. The extent of the flow down shall be as required by the clause. (End of Clause) GSU-05 CONTRACTING OFFICER�S REPRESENTATIVE AUG 2022 (a) Definition. �Contracting Officer�s Representative (COR)� means an individual designated in by the Contracting Officer as authorized personnel responsible for the technical aspects of the contract and serves as technical liaison with the contractor. The COR is also responsible for the final inspection and acceptance of all deliverables and such other responsibilities as may be specified in the contract. (b) Per FAR Subpart 1.602-2(d): The Contracting Officer (CO) determines that this contract requires a Contracting Officer Representative (COR).The Contracting Officer Representative (COR) is: Georgina Nez, COR, Tel #: 928-674-7450, Georgina.Nez@ihs.gov (c) Upon award, the COR will receive a copy of the written designation, specifying the extent of the COR�s authority on behalf of the CO. (d) Limitations. The COR is not authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition of the contract. Any contractor request for changes shall be referred to the CO directly or through the COR. No such changes shall be made without the express written prior authorization of the CO. (End of Clause) GSU-06 UNAUTHORIZED COMMITMENTS SEP 2023 (a) Definitions. Contracting Officer means a person with the authority to enter into, administer, and/or terminate contracts and make related determination and findings. Ratification means the act of approving an unauthorized commitment by an official who has the authority to do so. Unauthorized Commitment (UAC) means an agreement that is not binding solely because the Government representative who made it lacked the authority to enter into that agreement on behalf of the Government. (b) Policy. The Government is not bound by agreements with, or contractual commitments made to, prospective contractors by individuals who do not have delegated contracting authority. Unauthorized commitments do not follow the appropriate process for the expenditure of Government funds. Consequently, the Government may not be able to ratify certain actions, putting a contractor at risk for taking direction from a Federal official other than the contracting officer (see FAR 1.602-1) Government employees responsible for unauthorized commitments are subject to disciplinary action. Contractors perform at their own risk when accepting direction from unauthorized officials. Failure to follow statutory and regulatory processes for the expenditure of Government funds is a very serious matter. (c) Procedures. Any agreement, modification, or change to a contractual agreement made by a government personnel who lack authority will be deemed an unauthorized commitment. The Government is not liable to the Contractor or under the terms of the contract, financially or otherwise � unless the unauthorized commitment successfully passes the ratification process. The ratification process does not have any lead time, nor does the Government make any promise that an unauthorized commitment will be ratified and, therefore, the Contractor would be paid. The Contractor proceeds at its own risk if any of the terms of the contract are altered, changed, or modified without the written concurrence by a Contracting Officer. (End of Clause) GSU-07 CONTRACTOR PERFORMANCE ASSESSMENT SEP 2023 (a) Policy. Past performance evaluations shall be prepared at least annually and at the time the work under a contract or order is completed. Past performance evaluations are required for contracts and orders as specified in paragraphs (b) of this section, including contracts and orders performed outside the United States. These evaluations are generally for the entity, division, or unit that performed the contract or order. Past performance information shall be entered into CPARS, the Government-wide evaluation reporting tool for all past performance reports on contracts and orders. Instructions for submitting evaluations into CPARS are available at http://www.cpars.gov/. (b) Applicability. The contracting office will evaluate and document contractor performance for the following types of actions: (1) Contracts and orders for supplies or services that exceed the simplified acquisition threshold; (2) Construction contracts that exceed $750,000; (3) Architect-engineer services contracts of $35,000 or more; (4) Any contract action in (b)(1), (b)(2), or (b)(3) less than the aforementioned thresholds but a modification increases their value to exceed the thresholds; and (5) Any termination for default for construction or architect-engineer services regardless of value. (c) Procedures. (1) The contracting office shall � a. Assign responsibility and management accountability for the completeness of past performance submissions. b. Generally provide for input to the evaluations from the technical office, contracting office, program management office, and where appropriate, quality assurance and end users of the product or service; c. Identify and assign past performance evaluation roles and responsibilities to those individuals responsible for preparing and reviewing interim evaluations, if prepared, and final evaluations (e.g., contracting officers, contracting officer representatives, project managers, and program managers). Those individuals identified may obtain information for the evaluation of performance from the program office, administrative contracting office, audit office, end users of the product or service, and any other technical or business advisor, as appropriate; and d. Address management controls and appropriate management reviews of past performance evaluations, to include accountability for documenting past performance on CPARS. (2) The evaluation should include a clear, non-technical description of the principal purpose of the contract or order. The evaluation should reflect how the contractor performed. The evaluation should include clear relevant information that accurately depicts the contractor�s performance, and be based on objective facts supported by program and contract or order performance data. The evaluations should be tailored to the contract type, size, content, and complexity of the contractual requirements. (3) Evaluation factors for each assessment shall include, at a minimum, the following: (a) Technical (quality of product or service). (b) Cost control (not applicable for firm-fixed-price or fixed-price with economic price adjustment arrangements). (c) Schedule/timeliness. (d) Management or business relations. (e) Small business subcontracting, including reduced or untimely payments to small business subcontractors when FAR 19.702(a) requires a subcontracting plan. (e) Other (as applicable) (e.g., trafficking violations, tax delinquency, failure to report in accordance with contract terms and conditions, defective cost or pricing data, terminations, suspension and debarments, and failure to comply with limitations on subcontracting). (End of Clause) Offers are due: DATE: 12/06/2024 TIME: 1:00 p.m. LOCATION: Submit quotes, capability statements via email to Tilda.Nez@ihs.gov For additional information or questions about the solicitation, contact TILDA NEZ at tilda.nez@ihs.gov. LIST OF ATTACHMENTS: - Performance Work Statement (PWS) No. CSU-24-01 OBGYN dated 0l JULY 2024
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/48794764965a43b3ae673f0bad033485/view)
 
Place of Performance
Address: Chinle, AZ 86503, USA
Zip Code: 86503
Country: USA
 
Record
SN07273271-F 20241124/241122230110 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.