The RFP Database
New business relationships start here

Replacement of Nurse Call System


South Dakota, 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 FAR (Federal Acquisition Regulations) 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 is Request For Quote-17-169. The solicitation document incorporated provisions and clauses are those in effect through FAC (Federal Acquisition Circular) 2005-95.


This is an Open Market solicitation. NAICS code is 334290 - Other Communications Equipment Manufacturing, Small Business Size Standard is 750 Employees.


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


Contract Line Items:
1. Nurse Call System $_________
2. Installation of Nurse Call System $_________
3. Removal of Present Nurse Call System $_________


Total $___________


The Great Plains Area Office is soliciting proposals for a Firm Fixed-Price, Non-Personal Services contract for a stand-alone, turn-key solution Nurse Call System, including installation, and removal of the existing nurse call system for the Fort Yates IHS Hospital, 10 S River Road, Fort Yates, North Dakota 58538.


Nurse Call System includes: List is not all-inclusive. See SOO (Statement of Objectives) for specifics.
1. Stand-Alone system capable of interfacing and interacting with the existing IT network infrastructure.
2. Meet basic call and notification functions.
3. Function as an advanced communications and emergency notification system.
4. Be ANSI/UL 1069 Listed and meet other applicable standards and codes.
5. Include Initial Use Training.
6. Removal of existing Nurse Call System.
7. End of Service Life must be greater than 5 years.


The period of performance will be September 28, 2017 through September 27, 2018.


The following Wage Determination is applicable to this solicitation:
Wage Determination No. 2015-5379, Revision No. 3, dated 08/03/2017.


INSTRUCTION TO OFFERORS: Proposal must contain the following documents in order to be considered responsive and eligible for an award:


Completion of the attached FAR and HHSAR (Health and Human Services Acquisition Regulations) provisions and clauses applicable to this acquisition, including:


FAR 52.212-1 - Instructions to Offerors - Commercial Items (Jan 2017). This information must be submitted by the Offeror. See Section L for full text. See Section M for Past Performance Questionnaire Form.


FAR 52.212-2 - Evaluation - Commercial Items (Oct 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. Award shall be based on all evaluation factors other than cost or price, when combined, are significantly more important than cost or price.


The following factors shall be used to evaluate offers: See Section M for Subfactors.


Technical Proposal
1. System Capabilities, Features, Life expectancy, etc.
2. Management Approach
3. Technical Approach
4. Past Performance


Cost Proposal
1. Annual Service & Maintenance Agreement, if needed
2. Nurse Call System (New)
3. Installation of Nurse Call System
4. Removal of Nurse Call System (Old)


Award will be made on an "all-or-none" basis.


FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Dec 2016).
This must be completed by the Offeror. See attachment for full text. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (q) of this provision.


FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (Jan 2017) (Incorporated by Reference); and


FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2017).


The full text of a clause may be accessed electronically at: https://www.acquisition.gov/?q=browsefar


Awardee will be required to submit a Certificate of Liability Insurance within 5 business days following award notification from the Great Plains Indian Health Service.


The Defense Priorities and Allocations System (DPAS) is Not Applicable to this solicitation.


Proposals are due on September 25, 2017 @11:00am CDT/CST. Submit proposal to:
Great Plains Area Indian Health Service
Attn: Connie Valandra, Contract Specialist
Federal Building, Room 309
115 4th Avenue Southeast
Aberdeen, South Dakota 57401-4360
Telephone: 605/226-7567
Facsimile: 605/226-7669
E-mail: connie.valandra@ihs.gov


Note to the Proposed Contractor:


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 IHS (Indian Health Service). Before starting work requiring routine access to IHS facilities or systems each person must complete an FBI National Criminal History Check (Fingerprint Check) adjudicated by an IHS employee using the Office of Personnel Management Personnel Investigations Processing System. Contractors shall allow five business days for IHS processing of fingerprints taken electronically at an IHS site and thirty business days for non-electronic processing of fingerprints using FBI Form FD-258. A list of IHS sites with electronic fingerprint capability is available from the Contracting Officer.


The IHS utilizes the eQIP (Electronic Questionnaire Investigations Processing) system to process background investigations. Contractors are required to work with the Service Unit Background Coordinator or other designee to properly complete their eQIP entry without error. Proper submission of the eQIP entry to the OPM (Office of Personnel Management) is required prior to the individual being allowed to begin their performance under this contract. Computers have been provided to the Service Unit for this purpose.


OIG Exclusion List
No contract award shall be made to a vendor or provider listed on the OIG Exclusion List (http://exclusions.oig.hhs.gov) throughout the duration of the contract. Should a candidate be found with a non-favorable security clearance it shall be the contractor's responsibility to replace the candidate working under the contract/purchase order with a suitable candidate. It shall be the responsibility of the contractor to notify the Acquisition Office is there is a change in provider.


In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the LEIE (HHS Office of Inspector General List of Excluded Individuals/Entities), http://exclusions.oig.hhs.gov. As soon as practicable prior to 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 IHS 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.


The Government will pay for the cost to process the contractor's suitability clearances. However, multiple investigations for the same position may, at the Contracting Officer's discretion, lead to a reduction(s) in the contract price of no more than the cost of the investigation(s).


Connie R Valandra, Contract Specialist, Phone 605-226-7567, Fax 605-226-7669, Email connie.valandra@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP