The RFP Database
New business relationships start here

To acquire Area Meaningful Use Consultative Services


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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued.

B. The Great Plains Area Indian Health Service (IHS) intends to award a firm fixed-price, non-personal healthcare service purchase order, commercial item, in response to Request for Quote (RFQ) RFQ-15-010. The contract resulting from this solicitation will not obligate funds; funds must be obligated prior to starting performance through a task order. Orders may be submitted electronically, facsimile or hard copy.


C. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61.


D. The RFQ is issued as a 100% small business set-aside and the associated North American Industry Classification System Code is 541611. This is a Small Business size standard of $14.0 million.


E. Below is the list of contract line item numbers and description, estimated quantities and unit of measure, including options. 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. The Contractor is to perform in accordance with the attached statement of work.


Direct Labor by Category: Weeks Rate Total

Consultative Services 52 x $______ = $________
(30 hours per week (approximately))


F. Description of Services:
See attached Performance Work Statement. The Contractor shall provide Area Meaningful Use Consultative Services for the Great Plains Area, Sioux Falls-OIT Office. The period of performance will start on January 1, 2015 thru December 31, 2015.


G. FAR 52.212-1 Instructions to Offerors-Commercial Items (February 2012).
Quotes shall be submitted on company letterhead stationery. Signed and dated. And it shall include:
1. Solicitation number RFQ-15-010.
2. Closing Date: December 8, 2014 at 5:00 pm CST
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 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 System for Award Management http://www.acquisition.gov.).
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:
• Shall meet the qualifications in the Statement of Work and provide copies of requested documents.
• Complete and sign Agreement to a temporary provisional of character investigation.
• Complete and sign the Declaration for Federal Employment-Optional Form 306.
• Addendum to Declaration for Federal Employment (OF 306)
• Licensure Requirement



H. FAR 52.212-3 Offer Representations and Certifications-Commercial Items (August 2013)
An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision.


I. FAR 52.212-4 Contract Terms and Conditions-Commercial Item (September 2013), applied to this acquisition and it's incorporated by reference.


J. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (September 2013) See attachment for full text.


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


The Award will be based on the Lowest Price Technically Acceptable.


L. Submit proposal to:
Aberdeen Area Indian Health Service
Attn: Charles E. Robinson, Contract Specialist
115 4th Ave. SE, Room 309
Aberdeen, SD 57401
Or fax to 605-226-7669 or email Charles.Robinson@IHS.GOV


SECURITY CLEARANCE:


A security pre-clearance must be performed for any employees referred to IHS 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 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 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 contractor's suitability clearances. However, multiple investigations for the same position may, at the Contracting Officer's discretion, lead to reduction(s) in the contract price of no more than the cost of the extra investigation(s).


ACCEPTANCE PERIOD: Your quotation 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.


Charles E. Robinson, Contract Specialist, Phone 6052267228, Email Charles.Robinson@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP