The RFP Database
New business relationships start here

Physician


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

A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6 and Subpart 13.5 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.

B. The Cheyenne River Health Center intends to award a firm-fixed price, non-personal service purchase order, commercial item, in response to Request for Quote CRSU-17-046


C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95.


D. The RFQ is issued as a 100% small business and the associated NAICS Code is 621111 which is small business standard $11.0 million.


E. The unit price must be all inclusive (to include but not limited to travel, lodging, per diem, fringe benefits, federal, state and local taxes) plus all other cost pertinent to the performance of this contract. Utilize your most competitive and reasonable rates.


F. To obtain provide inpatient / outpatient service for the Cheyenne River Health Care Facility in Eagle Butte, South Dakota. The contract resulting from this solicitation shall be a firm fixed price non-personal health care service contract. The contractor shall provide inpatient / outpatient services.


G. Services will be provided at Cheyenne River Sioux PHS IHS Hospital in Eagle Butte, South Dakota. The period of performance will be date of award for one (1) year with four (4) one year option years.
Base Year 09/01/17-08/30/18, 1st Option Year 09/01/18-08/30/19, 2nd Option Year 09/01/19-08/30/20, 3rd Option Year 09/01/20-08/30/21, 4th Option Year 09/01/21-08/30/22


H. FAR 52.212-1 Instructions to Offerors-Commercial Items (January 2017).
Quotes shall be submitted on company letterhead stationery, signed and dated. And it shall include the following in order to be considered technically acceptable:
1. Solicitation number CRSU-17-046
2. Closing date: August 18, 2017 at 11:00 am MST.
3. Name, address, and telephone number of company and email address of contact person.
4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements of 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 complete 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 (if any issued).
10. CV/resume stating ability to meet qualifications and the requirements of the Statement of Work.
11. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
In addition, Contractors shall provide the following in order to be considered technically acceptable:
• Complete and sign Agreement to temporary provisional of character investigation.
• Complete and sign the Declaration for Federal Employment-Optional form 306.
• Complete and sign Addendum to Declaration for Federal Employment (OF306).
• Complete and sign Licensure Requirement Form.
• Copy of medical license.
• Copy of malpractice insurance coverage.


I. FAR 52.212-2 - Evaluation-Commercial Items (October 2014). - Evaluation - Commercial Items (Oct 2014)


(a) 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. (Technical Evaluation Criteria Attached)
J. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (January 2017)-See attachment for full text. The offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision.


K. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (January 2017) - See attachment; in by reference


L. FAR 52.212-5 - Contract Terms & Condition's Required to Implement Statutes or Executive Orders - Commercial Items (January 2017) - See attachment for full text.


M. Attached are the Federal Acquisition Regulations (FAR) and Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable.


N. Offers will be accepted electronically, Submit via e-mail to the following:
Cheyenne River Health Center
Danielle Chasing Hawk, Supervisory Contract Specialist
24276 166th Street, Airport Road,
PO Box 1012
Eagle Butte, South Dakota 57625
e-mail: Danielle.chasinghawk@ihs.gov


Any questions please submit by August 04, 2017 by 11 am MST.
Wage determinations attached
Contractors will need a DUNS number, TIN number, and be registered with www.SAM.gov.


 


 


 


 


A Security pre-clearance must be performed for any employees referred to I.H.S. through this contract. Fingerprints must be completed and adjudicated prior to services being performed under this contract. No contract award shall be made to any vendor or provider listed on the OIG Exclusion List http://exclusions.oig.hhs.gov throughout the duration of the contract. It shall be the responsibility of the contractor to notify the acquisition official if there is a change in provider.
Performance of this contract will require routine access by employees of the Contractor of 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 system 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 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. site with electronic fingerprints capability is available form 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 the 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 clearance. Each security preclearance shall be conducted in advance of the start of performance to avoid delays caused by denial of access. If this is Time and Material, 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 contractor's suitability clearance. However, multiple investigations for the same position may, at the Contracting Officer's discretion, lead to reduction(s) in the contractor price of no more than the cost of the extra investigation(s).
ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 30 days from the date of receipt by the Government.
Employee Health Requirements Contract Providers shall provide health information, proof of immunizations as recommended by the CDC (Centers for Disease Control) concerning health-care workers in the United States. Health information must include previous immunization history and proof of the following immunization records: Hepatitis B (Vaccination-declination required), Measles, Mumps, Rubella, (MMR), Varicella, Influenza, and Tuberculosis.
A CONTINUING RESOLUTION, also known as a "CR" is legislation enacted by congress that continues funding for specific ongoing activities if the fiscal year appropriation has not been enacted by the beginning of the fiscal year.


 


Danielle Chasing Hawk, Contracting Officer, Phone 6059640605, Email Danielle.chasinghawk@ihs.gov - Janna J. Bollinger, Purchasing Agent, Phone 605/964-0698, Fax 605/964-0522, Email Janna.Bollinger@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP