The RFP Database
New business relationships start here

HALFWAY HOUSE


Oklahoma, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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.
The solicitation 246-17-Q-0047 is issued as a request for proposal (RFP).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95.
This is 100% Buy Indian set-aside and the associated NAICS code is 623220.
Requirement Details: The Oklahoma City Area Indian Health Service has a Buy-Indian set-aside requirement to provide non-medical, residential treatment Halfway House Services to American Indians residing in and around the Lawton, Oklahoma service area.
The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.
The provision at FAR 52.212-2, Evaluation-Commercial Items, is not used.
Contractor shall provide a firm, fixed-price for non-medical residential treatment halfway house services. Propose pricing for
-(base year): September 30, 2017 to September 29, 2018;
-Option Year 1: September 30, 2018 to September 29, 2019;
-Option Year 2: September 30, 2019 to September 29, 2020;
-Option Year 3: September 30, 2020 to September 29, 2021;
-Option Year 4: September 30, 2021 to September 29, 2022.
Evaluation of options shall not obligate the Government to exercise the option(s).
The evaluation procedures are based on price and past performance.

EVALUATION FACTORS
The provisions of 52.212-2, Evaluation - Commercial Items (Jan 1999) applies to this acquisition. The Government intends to award from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered.
Cost/Price:
The following factors shall be used to evaluate offers:
The significance of cost/price in the award decision will be 30% and technical will be 70%.
Base Year = ______
Option Year 1 = ______
Option Year 2 = ______
Option Year 3 = ______
Option Year 4 = ______
Technical:
I. Problem and Approach (Weight 20)
1. The proposal shall provide a statement of the problem; scope and purpose of the program in the offeror's own words to demonstrate the offeror's complete understanding of the intent and requirement.
a. Description of the population to be served including geographic service area. (Weight 3)
b. Description of the substance abuse problems of the population to be served and supported by statistics. (Weight 5)
c. Description of alternate resources available to the population to be served including documentation verifying use of the resource by the clients. (Weight 2)
2. The proposal shall fully describe the proposed technical approach to comply with the Statement of Work.
a. Phasing of tasks should be present. (Weight 2)
b. Scheduling of time and manpower present. (Weight 3)
c. Statement of Objectives which are definable and related to the Scope of Work. (Weight 5)
II. Program Management (Weight 40)
1. Offerors shall provide:
a. Copy of their Organizational Chart. (Weight 5)
b. Copy of Medical Indemnification Insurance and Motor Vehicle Insurance. (Weight 5)
c. List of their Board of Directors. (Weight 5)
d. Identify Key Personnel, the persons who would serve as day-to-day program director and as the official responsible for senior management oversight. (Weight 5)
e. Key Personnel, list of all professionals who would spend significant time on the contract shall be identified. (Weight 5)
f. Key Personnel, involvement of any consultants shall be described and how they will be managed will be specified. (Weight 5)
g. Facilities must be identified and a physical description along with a floor plan of the structure must be provided. (Weight 10)
III. Experience of the Organization/Past Performance: (Weight 20)
1. Experience of the offeror in providing community based services for the treatment of Substance Abuse shall be clearly stated. (Weight 15)
2. The offeror shall provide a listing and summary description of similar or related contracts, subcontracts or grants, agreements and pertinent relationships to other organizations, tribes, or tribal organizations. (Weight 5)
IV. Personnel: (Weight 10)
1. Job description and resumes of professional personnel and consultants who will perform during the contract period. (Must include academic degrees and dates received, major and minor fields of study, length of professional and voluntary experience. Copies of current certifications or licensures must be provided for all professional staff. (Weight 5)
2. Name and title of the person who provide overall program direction. (Weight 3)
3. Experience of proposed individuals in programs involving alcoholism services and with state alcohol counselor's certification is an important evaluation factor and is preferred. (Weight 2)
V. Evaluation: (Weight 10)
1. Provide a description of the evaluation process of therapeutic interventions and a description of the process toward achievement of the stated objectives. (Weight 5)
2. Provide evidence of existing Quality Assurance Program which will be utilized during the contract with evidence that it was developed in accordance with Chapter 18 of the Indian Health Service Manual. (Weight 5)
OTHER FACTORS: References.
At no time may the contractor directly bill or attempt to bill an Indian Health Service patient who has been referred by Indian Health Service.


Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.
The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.
The date, time and place offers are due September 19, 2017 at Oklahoma City Area Indian Health Service, 701 Market Drive, Oklahoma City, OK 73114.
The individual to contact for information regarding the solicitation is Gabrielle Gomez, 405/951-3975 Monday-Friday and gabrielle.gomez@ihs.gov.


Gabrielle C. Gomez, CONTRACT SPECIALIST, Phone 4059513975, Email gabrielle.gomez@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP