The RFP Database
New business relationships start here

Emergency Medicine Physician Services


Arizona, United States
Government : Homeland Security
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

The solicitation number for this acquisition is 020-G48-20-0047. The solicitation is issued as a Request for Proposal (RFP) using FAR Part 12 Commercial Items and FAR Part 13 Simplified Acquisition Procedures.


The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06, effective October 10, 2019.


The North American Industry Classification System (NAICS) Code for this acquisition is 561320 - Temporary Help Services with a business size standard of $27.5 Million.


The Navajo Area Indian Health Services, Gallup Indian Medical Center (GIMC), Division of Acquisition Policy Department has a requirement for Emergency Medicine Physician Services to be performed at the Gallup Indian Medical Center, Gallup, New Mexico. The need calls for Physicians to be board certified or board eligible in Emergency Medicine and completed their residency in Emergency Medicine. The tasks to be performed are cited in the attached Performance Work Statement (PWS) No. GIMC-19-002.


PRE‐SECURITY/FINGERPRINTING CLEARANCE The selected provider shall comply with Agency Personal Identity Verification procedures identified in the contract that implement Homeland Security Presidential Directive‐12 (HSPD‐12), Office of Management and Budget (OMB) Guidance M‐05‐24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201; this includes fingerprinting guidelines. Pre‐Security/Fingerprinting must be cleared prior to starting tour of duty and incurring costs


If provider is selected, then the Contractor and provider shall provide the following Pre-Security/Fingerprinting documents.
1) Complete Resume
2) OIG Clearance
3) Licenses/Certifications (ACLS, PALS, BLS, TNCC, Diplomas etc.)
4) Copy of school transcripts
5) Declaration of Federal Employment (Typed/Original Signature)
6) Child Addendum (Typed/Original Signature)
7) OFI Form 86C


Selected provider will be subject to a pre-employment fingerprint check.
Selected provider will be subject to a background investigation.


The proposed required services are to commence as specified in the FY 20 Pricing Schedule. The Contractor shall provide an all-inclusive rate, and is responsible for all costs associated with providing said services, i.e. travel, per diem, lodging/housing, etc. The Contractor shall be responsible for housing respective providers.


Period of Performance:
Base Period: Date of award to December 31, 2019
First Option Period: January 1, 2020 to March 31, 2020


Place of Performance: Gallup Indian Medical Center, 516 E. Nizhoni Blvd, Gallup, NM 87301.


The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.


FAR 52.212-2, Evaluation-Commercial Items, The Government reserves the right to issue a single award or multiple awards to the contractor(s) whose quote(s) represents the best value as defined by FAR 2.101 and results in the lowest-cost alternative for the Government. In determining best value, the following factors will be considered: Price, Past Performance, and the Qualifications of each proposed candidate. As part of the evaluation process, candidates may be interviewed to ensure their understanding of the PWS and to verify their qualifications to perform the required services.


Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.


FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018) applies to this acquisition.


FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Oct 2019), applies to this acquisition.


The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive Orders applicable to acquisition of commercial items:


52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015)
52.204-6, Unique Entity Identifier, (Oct 2016)
52.204-7, System for Award Management, (Oct 2018)
52.204-9, Personal Identity Verification of Contractor Personnel, (Jan 2011)
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016)
52.217-8, Option to Extend Services (Nov 1999)
52.217-9, Option to Extend the Term of the Contract (Mar 2000)
52.222-3, Convict Labor (June 2003) (E.O. 11755).
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2019)
52.222-21, Prohibition of Segregated Facilities (Apr 2015)
52.222-26, Equal Opportunity (Sept 2016)
52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014)
52.222-55, Minimum Wages under Executive Order 13658 (Dec 2015)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.224-2, Privacy Act (Apr 1984)
52.229-3, Federal, State, and Local Taxes (Feb 2013)
52.232-18, Availability of Funds (Apr 1984)
52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013),
52.233-2, Service of Protest (Sept 2006)
52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Aug 1984),
52.237-3, Continuity of Services (Jan 1991),
52.237-7, Indemnification and Medical Liability Insurance (JAN 1997)
52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984)


The following HHSAR clauses are hereby incorporated in this RFQ:
HHSAR 352.242-70 Key personnel (December 2015),
HHSAR 352.224-70 Privacy Act (December 2015),
HHSAR 352.237-70 Pro-Children Act (December 2015),
HHSAR 352.237-71 Crime Control Act - Reporting of child abuse (December 2015),
HHSAR 352.237-72 Crime Control Act - Requirement for background checks (December 2015).


The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this requirement.


SUBMITTAL PROCESS: To be considered for award, your proposal must include the following:
1. Pricing Schedule for Nonpersonal Health Care Services (attached and must be signed)
2. Complete candidate profile (CV/Resume, Licensures, and Certifications.)
3. Certification Statement for each proposed candidate. (All elements requiring a date are to be complete and accurate.)
4. Certificate of Medical Liability Insurance for each proposed candidate.
**DOCUMENTS NOT COMPLETED OR SIGNED WILL NOT BE CONSIDERED.


Questions for this RFP are due by October 24, 2019 3:00 P.M. MDT. Please email your questions to Michelle James at michelle.james@ihs.gov.


All responsible offerors shall submit the following documents NO LATER THAN 3:00 P.M. MST, November 14, 2019. Fax submissions are not authorized.


Michelle A. James, Contract Specialist, Phone 928-871-5841, Fax 928-871-1477, Email michelle.james@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP