Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
SOLICITATION NOTICE

Q -- Temporary Staffing for ER Physicians

Notice Date
2/22/2021 6:42:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
 
ZIP Code
57401
 
Solicitation Number
75H70621Q00002
 
Response Due
3/5/2021 10:00:00 AM
 
Archive Date
03/20/2021
 
Point of Contact
Phyllis Gourneau, Phone: 7014778419, Fax: 7014772527, Craig Wells, Phone: 6052267333
 
E-Mail Address
Phyllis.Gourneau@ihs.gov, craig.wells@ihs.gov
(Phyllis.Gourneau@ihs.gov, craig.wells@ihs.gov)
 
Description
Location: Quentin N Burdick Memorial Healthcare Facility in Belcourt, North Dakota Title: Temporary Staffing for the ER Department (RFP-75H70621Q00002) Description(s): THIS SOLICITATION IS ISSUED AS UNRESTRICTED. Temporary Staffing for the ER Department (RFP-75H70621Q00002) at the Quentin N Burdick Memorial Healthcare Facility in Belcourt, North Dakota. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.� FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994) (Public Law 103-355) & FAR 37.4, Non-personal Health Care Services Contract (10 U.S.C. 2304 and 41 U.S.C.253). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation is contained within and can be downloaded at Beta.Sam.Gov� The Quentin N Burdick Memorial Healthcare Facility (IHS) intends to award a firm fixed-price, non-personal service, requirements type IDIQ contract, commercial item, contract in response to Request for Proposal.RFP-75H70621Q00002 This solicitation is issued as Unrestricted and open to all concerns.� The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-03, effective February 16, 2023. The associated North American Industry Classification System code is 561320 and the Small Business size standard is $15.0 million. The contract resulting from this solicitation is a requirements type of contract.� A requirements contract does not obligate any funds.� Funds will be obligated on as a needed basis and placed against this contract through the issuance of Delivery / Task Orders.� Orders may be submitted electronically, facsimile, or hard copy. Period of performance: Base Year of this contract will be from �Date of Award� or May 1, 2021 through April 30, 2022 with four (4) One Year Options. Option Year 1 is from May 1, 2022 through April 30, 2023, Option Year 2 is from May 1, 2023 through April 30, 2024, Option Year 3 is from May 1, 2024 through April 30, 2025, Option Year 4 is from May 1, 2025 through April 30, 2026. � 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 Indian Health Service (I.H.S.).� Before starting work requiring routine access to I.H.S. facilities or systems each person must complete a FBI National Criminal History Check (Fingerprint Check) adjudicated by an I.H.S. employee using the Office of Personnel Management Personnel Investigations Processing System.� Contractors shall allow five business days for I.H.S. processing of fingerprints taken electronically at an I.H.S. site and thirty business days for non-electronic processing of fingerprints using FBI Form FD-258.� A list of I.H.S. sites with electronic fingerprint capability is available from the Contracting Officer. In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the HHS Office of Inspector General List of Excluded Individuals/Entities (LEIE), http://exclusions.oig.hhs.gov.� As soon as practicable prior to the start of work, 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 I.H.S. 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. Government will pay for the cost to process the contractors suitability clearances.� However, multiple investigations for the same position may, at the Contracting Officers discretion, lead to reduction(s) in the contract price of no more than the cost of the extra investigation(s). Employees that DO NOT have access to LMS, contractors, volunteers, or IHS employees with IPA�s or MOA�s to tribal organizations please, click here IHS Sexual Abuse Prevention website. �When the contractors have completed and passed the training, please have them send a copy of the last page of the training with Name, Date, and Time to their Supervisor, COR, and Kimmen LeBeau, e-mail: Kimmen.LeBeau@ihs.gov � � � Contractor will need a DUNS number, TIN number and be registered with www.SAM.gov � PURPOSE OF CONTRACT: See attached Statement of Work. Location is at the Quentin n. Burdick Memorial Healthcare Facility, 1300 Hospital Road, Belcourt, North Dakota 58316 Basis for award shall be made on Best Value with Trade Offs. PRICE SCHEDULE (SF-1449): ER Physicians - the quoted unit pricing must be an all inclusive cost (to include but not be limited to transportation, food, lodging, per diem, and fringe benefits). The contractor is responsible for all associated costs to provide Sleep Studies or Polysomnography Services. 1. Complete attached Standard Form 1449. Attached are the Federal Acquisition Regulations (FAR) and the Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including the following: FAR 52.204-9 Personal Identity Verification of Contractor Personnel, January 2011 FAR 52.204-16 Commercial and Government Entity Code Reporting, November 2014 FAR 52.204-18 Commercial and Government Entity Code Maintenance, August, 2020 FAR 52.212-1 Instructions to Offerors�Commercial Items, June 2020 �(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show� (1) The solicitation number;� RFP-75H70621Q00002 (2) The time specified in the solicitation for receipt of offers;� March 5, 2021 12:00pm CT (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) �Remit to� address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. � FAR 52.212-2 Evaluation�Commercial Items, October 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: Technical Capabilities, Management Capabilities and Past Performance FAR 52.212-3 Offeror Representations and Certifications�Commercial Items, October 2016 FAR 52.212-4 Contract Terms and Conditions�Commercial Items, October 2018 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, November 2020 FAR 52.216-18 Ordering, August 202003���������� FAR 52.216-19 Order Limitations, October 1995 FAR 52.216-20 Definite Quantity, October 1995 FAR 52.216-21 Requirements, October 1995 FAR 52.216-22 Indefinite Quantity, October 1995 FAR 52.217-8 Option to Extend Services, November 1999 FAR 52.217-9 Option to Extend the Term of the Contract, March 2000 FAR 52.252-1:� Solicitation Provision Incorporated by Reference. February 1998 HHSAR 352.224-70������������ Privacy Act��������������������������������������������������� January 2006 HHSAR 352.227-70������������ Publications and Publicity������������������������� January 2006 HHSAR 352.237-71������������ Crime Control���������� Act � reporting of���������������� January 2006 ����������������������������������������������������������� Child abuse HHSAR 352.237-72������������ Crime Control Act �requirement for��������������������� January 2006 ����������������������������������������������������������� Background Checks Offers will be accepted electronically, Submit to the following: Quentin N Burdick Memorial Healthcare Facility Phyllis Gourneau, Contract Specialist 1300 Hospital Loop Belcourt, North Dakota 58316 e-mail:� Phyllis.gourneau@ihs.gov Primary Point of Contact.: Phyllis Gourneau Secondary Point of Contact: Craig Wells � Contracting Office Address: 1300 Hospital Loop Belcourt, North Dakota 58316 � Place of Contract Performance: Location is at the Quentin N Burdick Memorial Healthcare Facility 1300 Hospital Loop, Belcourt, North Dakota 58316 Allow Vendors To Add/Remove From Interested Vendors: yes Allow Vendors To View Interested Vendors List: no Recovery and Reinvestment Act Action: No
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7c248f834e8840aba2ae417005f29ce8/view)
 
Place of Performance
Address: Belcourt, ND 58316, USA
Zip Code: 58316
Country: USA
 
Record
SN05922731-F 20210224/210222230106 (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  © 1994-2020, Loren Data Corp.