Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2010 FBO #3078
MODIFICATION

Q -- Amendment to extend the closing date for submission of offers from April 23, 2010 to May 3, 2010 @ 3 pm CST

Notice Date
4/27/2010
 
Notice Type
Modification/Amendment
 
NAICS
621340 — Offices of Physical, Occupational and Speech Therapists, and Audiologists
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
 
ZIP Code
57401
 
Solicitation Number
RFP-10-113
 
Archive Date
5/18/2010
 
Point of Contact
Courtney J. Davis, Phone: 6052267241, Lara Nelson, Phone: 605-226-7239
 
E-Mail Address
courtney.davis@ihs.gov, lara.nelson@ihs.gov
(courtney.davis@ihs.gov, lara.nelson@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Programs for Certain Commercial Items (10 U.S.C. 2304(g) & 2305 & 41 U.S.C. 253(g) & 253a & 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), & FAR Subpart 37.4, Non-personal Health Care Services (10 U.S.C. 2304 and 41 U.S.C. 253). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Aberdeen Area Indian Health Service (IHS) intends to award a firm fixed-price, non-personal healthcare service contract in response to Request for Proposal (RFP) -10-113. The solicitation documents & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-39. The associated North American Industry Classification System code is 621340 and the small business size standard is $7.0 million. PRICE SCHEDULE: PHYSICAL & OCCUPATIONAL THERAPY SERVICES: the quoted 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. 1. PHYSICAL THERAPY SERVICES (BASE YEAR): 1690 hours @ $_________________ per hour = $_________________; OCCUPATIONAL THERAPY SERVICES (BASE YEAR): 1352 hours @ $_________________ per hour = $ __________________; 2. PHYSICAL THERAPY SERVICES (OPTION YEAR ONE): 1690 hours @ $_________________ per hour = $ ___________________; OCCUPATIONAL THERAPY SERVICES (OPTION YEAR ONE): 1352 hours @ $________________ per hour = $ ___________________; 3. PHYSICAL THERAPY SERVICES (OPTION YEAR TWO): 1690 hours @ $ _________________ per hour = $ ___________________; OCCUPATIONAL THERAPY SERVICES (OPTION YEAR TWO): 1352 hours @ $_________________ per hour = $__________________; PHYSICAL THERAPY SERVICES GRAND TOTAL: $________________ OCCUPATIONAL THERAPY SERVICES GRAND TOTAL: $_______________. PURPOSE OF CONTRACT: The mission of the Winnebago Indian Health Service Hospital is to provide the best possible health care services to the Native American population residing in the Winnebago Service Unit area. To meet the mission, the Winnebago Service Unit Requires contractor support to assist the service unit in providing services at the Winnebago IHS Hospital. The purpose of the contract is to acquire the rehabilitation services that include physical and occupational therapy at the Winnebago Indian Health Service Hospital. The service provided by the Contractor shall be as comprehensive as the Indian Health Service supplied facilities, equipments, and support services permit. The Indian Health Services requires rehabilitation services continue without interruption during the term of this contract. The contract resulting from this solicitation shall: a. Be a non-personal health care services contract under which the contractor is an independent contractor. b. Allows the Government to evaluate the quality of professional and administrative services provided, but retains no control over the medical, professional aspects of the service rendered, (e.g., professional judgment, diagnosis for specific medical treatment). c. Require the Contractor to indemnify the Government for any liability producing act or omission by the Contractor, its employees and agents occurring during contract performance. d. Require the Contractor to maintain liability insurance, in the coverage amount acceptable to the Contractor to maintain medical liability insurance, which in not less than the amount normally prevailing within the local community for the medical specialty concerned. e. Require the Contractor to ensure its subcontracts for provisions of health care services contain the requirements of the clause at FAR 52.237-7, including the maintenance of medical liability insurance. STATEMENT OF WORK: The Contractor shall provide the following clinic hours/week (32.5) hours Physical Therapy (one provider) and (26) hours Occupational Therapy (one provider): a. Physical Therapy Clinic Five days per week, Monday through Friday, from 8:00 am to 3:00 pm with ½ hour for lunch, excluding weekends and holidays, 6.5 x 5 = 32.5 hrs. b. Occupational Therapy Clinic Four days per week from 8:00 am to 3:00 pm with ½ hour for lunch, excluding weekends Federal Holidays, 6.5 x 4 = 26 hrs. Physical and occupational therapy services shall be within the Winnebago Facility to inpatient and outpatients. Services in the home and in the community shall be limited to selected situations which are beneficial to the community. Physical and occupational therapy services shall consist of but not limited to: a. Conduct inpatient and outpatient examination, evaluation, diagnosis, intervention/management of physical and occupational therapy needs. b. Visit to individual and family in the community for home safety evaluation on an as needed basis. c. Provide education and consultation services to facility staff and community members through scheduled in-services and individual basis in areas such as body mechanics, posture, proper lifting, transfer techniques, personal physical fitness, etc. d. Provide ergonomic analysis of work activities; injury prevention; training for rehabilitation aides or other educational activities mutually agreed upon. e. Provide consultation and participate in special service unit initiatives such as the development of a chronic pain management clinic, cardiopulmonary rehabilitative services, sensory integration evaluation and intervention, aquatic therapy, and employee wellness. f. Supervise post-doctoral residencies and doctoral students of physical and occupational therapy as well as other entry-level PT/OT students. g. Coordinate and collaborate with community based health and wellness program. h. Conduct and provide research studies aim at improved level of general health for community members. i. Provide professional recommendations to the service unit staff regarding techniques, knowledge and equipment that will enhance the quality of rehabilitative services. j. Provide professional recommendations to the service unit staff regarding billing and reimbursement activities as health care guideline evolve. k. Assume responsibility for suggested service unit requisition of equipment and supplies necessary in the provision of PT/OT services. Physical Therapist Scope of Work: a. Therapeutic exercises: Activities to improve strength range of motion, endurance, breathing, balance, coordination, postural, motor function, motor development, or confidence in performing functional activities. b. Functional Training/management: Enhance neuro-musculoskeletal, cardiovascular, and pulmonary capacities and integrate return of patient/client to self-care or home; ambulation/mobility; through therapeutic exercises; orthotics/supportive, prosthetic devices; training program. c. Manual therapy techniques: passive interventions and skilled movements designed to modulate pain, increase joint range of motion, reduce or eliminate soft tissue swelling, inflammation, include relaxation, and improve tissue extensibility. d. Work hardening/conditioning: Integration/reintegration to return patient to work/community/leisure activities; body mechanics and postural awareness training. Develop safe worker habits, such as correct sitting and standing postures, as well as safe lifting techniques. e. Balance and proprioception training: utilize Proprioceptive exercises to improve stability and balance thus promote core strength and prevent injury. f. Wound management: use of physical agents, electrotherapeutic and mechanical modalities, hydrotherapy, dressings, topical agents, debridement as part of promoting soft tissue healing and physical function. g. Physical agents, elctrotherapeutic, and mechanical modalities: assist in the modulation of pain, reduce or eliminate soft tissue swelling, increase tissue extensibility, remodel scar; decrease inflammation or restriction; maintain strength after injury or surgery, assist in muscle contraction in gait and functional training. h. Aquatic therapy: uses the physical properties of water to assist in patient healing and exercise performance. Occupational Therapy Scope of Work: a. Provision of therapeutic adaptation, such as assistive equipment and physical environmental design to promote in-home and community mobility. b. Education and retain in daily living skills such as bathing, dressing, and eating. c. Provision of daily living adaptation to sensory loss such as impaired vision or hearing. d. Therapeutic activities for memory, orientation, and cognitive integration. e. Prevention and health promotion through planning for leisure time, self management skills, socialization, energy conservation, body mechanics and joint protection. f. Promote neurobehavioral organization through modified sensory input utilizing sensory integration activities to achieving maximum function in children with sensory processing disorders. g. Prevent deformity through therapeutic positioning and splinting as needed. h. Provide environmental caregiver modifications to reduce stress and promote stability of the patient. i. Promote sensory motor treatment for strengthening endurance, range of motion, coordination and balance j. Assess and promote cognitive, social and organizational skills required for success in work, school and leisure activities. PERIOD OF PERFORMANCE: Date of Award through March 31, 2011 or 1690 hours of physical therapy services and 1352 hours of occupational therapy services, whichever comes first, for base year, with two (2) one-year options. SPECIAL CONTRACT REQUIREMENTS: Contractors cannot serve as expert witnesses in any suit against the Federal Government. Many of the HIS patients receiving services may only speak a native language and/or reside on a Native American Reservation, therefore, the Contractor must demonstrate sensitivity to cross-cultural and language differences. COMPUTER SECURITY: Pursuant to the Federal Information Security Management Act of 2002 (FISMA), the contractor will be required to complete a course in Computer Security Awareness Training (CSAT). This training must be completed annually by all employees including contractors, volunteers, students, and summer externs. The Contractor will be required to comply with the Federal Information Processing Standards Publication (FIPS PUB) Number 201, "Personal Identity Verification of Federal Employees and Contractors," and the associated Office of Management and Budget (OMB) implementation guidance for personal identity verification for all affected contractor and subcontractor personnel. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES: The service unit shall provide the Contractor the following: 1. Clinical and office space for the provision of rehabilitation (physical and occupational) services that is acceptable to the Contractor and the Government. 2. Administrative and professional support to include telephone service copy machines, computers, printers, and access to EHR and RPMS. 3. Durable medical goods: wheelchairs, canes, crutches, reach braces, TED hoses, splinting materials, therapeutic bands/tubes, and adaptive equipment necessary to improve clients' quality of life. CONTRACTOR EQUIPMENT: The contractor shall furnish the staff to perform the service listed under the Statement of Work. No equipment is required. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. EVALUATION AND REPORTING REQUIREMENT: Allow the government to evaluate the quality of professional and administrative services provided, but retains no control over the medical, professional aspects of the services rendered (e.g., professional judgment, diagnosis for specific medical treatment). The service unit shall provide an ongoing method of monitoring and evaluating patient services set forth in this contract. The contractor will be responsible for presenting quarterly reports. These reports will include month of service, the number of patient serve by the Physical and Occupational program, patient billing status and payment received for reported services. The Contractor shall be required to participate in a quality improvement program consistent with current Joint Commission on Accreditation of Healthcare Organization (JCAHO) standards for ongoing monitoring and evaluation of the quality and appropriateness of care. CONTRACTOR QUALIFICATONS The Contractor shall meet the following: a. Licensure: Physical and Occupational Therapist will be eligible for or currently licensed by the State of Nebraska. b. Education: Physical therapist will hold a clinical Doctor degrees in Physical Therapy (DPT), and Occupational therapy will hold a clinical Doctor degrees in Occupational Therapy (OTD/RL) c. Experience: The therapists shall have experience working with Native American individuals and communities in the provision of rehabilitative services. d. Health Status: The therapists shall not have any work or health restrictions that interfere with the performance of physical and occupational therapy services. e. English Language Competence: The therapist shall speak, understand, read, and write English fluently and communicate with sufficient clarity to be understood by Winnebago Health Service Hospital personnel and patients. f. Interpersonal skills: the therapists shall possess sufficient initiative, interpersonal relationship skills and social sensitivity such that he/she can relate constructively to patients from the Native American community. g. Hygiene: The contract therapists shall maintain standards of personal hygiene and grooming such that his/her image as therapist and is compatible with the expectations of the Winnebago Indian Health Service Hospital clinical staff and the Indian Community. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children's services are provided. CHILDCARE NATIONAL AGENCY CHECK AND INVESTIGATION (CNACI): A CNACI must be completed for all Indian Health Service (IHS) contractor personnel within the Aberdeen Area. Public Law (P.L.) 101-630, Indian Child Protection and Family Violence Prevention Act and P.L. 101-647, Crime Control Act of 1990, require the IHS to conduct a character and criminal history background investigation on all contractors performing services in IHS facilities. The IHS Personnel Office will conduct the character and background investigations. COMPLIANCE WITH ALL INDIAN HEALTH RULES AND REGULATIONS: The Contractor will be required to complete Indian Health Service forms in accordance to the Medical Staff Bylaws.The standards of rehabilitative practice and duties of the Contractor shall be determined pursuant to the bylaws of the Winnebago HIS Hospital, the regulations of the hospital, applicable provisions of the law, other rules and regulations of any and all governmental authorities relating to licensure and regulations of physical and occupational therapists and hospitals, the standards and recommendations of the JCAHO and recognized standards of practice within the profession. The Contractor shall locate, credential, and have available sufficient staffing to provide rehabilitation services as outlined in the terms of the statement of work.Contract performance will not be required on Federal holidays.The contractor shall advise the Clinical Director of his/her designated representative of any problem encountered, in connection with meeting the needs of patients. The Contractor shall report continuing problems of any nature to the Indian Health service Project Officer.The Contractor shall generate and maintain proper medical record information on beneficiaries to whom treatment is provided in accordance with Indian Health Service regulations. The Contractor shall prepare all medical record documentation to meet or exceed the established standard of the Winnebago IHS facility to include but not limited to: timeliness, legibility, accuracy, content, and signature. All medical record information generated in the performance of this contract will remain the property of, and subject to, the exclusive control of the Indian Health Service. Documented evidence of treatment and services provided to patients referred outside the facility is required in a timely, accurate, and complete manner, i.e., consult reports. Copies of this documentation must be provided to the Winnebago IHS Hospital. Treatment of patients shall be performed at the Winnebago IHS facility except in certain instance when patients are referred to private facilities for performance of special diagnostic procedures or definitive care not offered at Winnebago. All referrals to private facilities or providers for specialized diagnostic studies or definitive care not offered at the Winnebago Service Unit facility shall follow IHS Contract Health Service regulations and policies on patient referrals. If referral of a patient is deemed necessary for further medical treatment outside the specialty clinic, only contract physician/hospitals with IHS contracts may be utilized. The Contractor shall participate in the Winnebago IHS facility's continual process for quality improvement and strive for excellence in the provision of rehabilitative services. The Contractor shall meet all applicable JCAHO standards during the performance of this contract. The Contractor shall comply with Winnebago IHS facility's Infection Control and Safety procedures, practices, and standards. The contractor shall respect and maintain the basic rights of patients, to include but not limited to personal dignity. All medical record information generated in the performance of this contract will remain the property of and subject to the exclusive control of the Indian Health Service. All referrals for services shall be made by the Winnebago medical staff; outside referred clients shall be evaluated by the medical providers in Winnebago IHS hospital before service can be initiated. All referrals for services or requested durable medical equipments not available on-site must be processed according to the IHS Contract Health Service procedures. This procedure prohibits any vendor from self-referral. The referral of off-site services must be made by a permanent medical staff member of the Winnebago PHS Hospital and processed through the Contract Health Service Committee. The Contractor will follow JAHO, HCFA, and OHSA standards as minimal guidelines in the provision of services and provide necessary documents to these agencies during inspecting to demonstrate compliance. Develop written policies and procedures for the provision of physical therapy and occupational therapy services as required by the above agencies, including and not limited to: a. Specification as to who may perform specific procedures and under what degrees of supervision and competency levels. b. Equipment assembly and operation. c. Steps to be taken in the event of adverse reactions. d. Safety practices OSHA Blood Borne Pathogen Standards and Hospital Infection Control Policies. e. Specifications for physical/occupational therapy referrals. f. Procedures for monitoring and evaluating physical /occupational therapy plan of care. g. Establish patient care protocols in consultation with medical staff. Administrative responsibilities that include proper medical record information on beneficiaries to whom the treatment is provided in accordance with IHS regulations; administrative meetings; maintaining policies and procedures, quality assurance, departmental compliance with regulatory standards, quality improvement/peer review programming. PROJECT OFFICER: The person identified below is herby designated as the Project Officer for this contract. The project officer shall be responsible for : (1) Monitoring the Contractors technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. Project Officer: Dr. Mohammed, Ahmed Winnebago PHS Indian Hospital PO Box HH Winnebago, Nebraska 68071 INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its original invoice to the Aberdeen Area Indian Health Service, Financial Management branch, 115 4th Avenue SE, Aberdeen SD 57401 and a copy to the Project Officer at the Winnebago Service Unit, PHS Indian Hospital, Hwy 75/77, Winnebago, NE 68071. The Contractor agrees to include the following information on each invoice. (1) Contractors name, address; (2) Contract Number (entire contract number must be included); (3) Invoice number and date; (4) Cost or price; (5) Dates of Service including the number of hours worked; and (6) Remit to address. The Aberdeen Area Financial Management Branch, 115 4th Avenue SE, Aberdeen, SD 57401, shall make payment. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR Provision 52.212-1 Instructions to Offerors Commercial Items, and 52.212-3 Offereor Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999): (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. THE CONTRACTOR SHALL PROVIDE EVIDENCE OF, OR SUBMIT A WRITTEN RESPONSE TO, THE FOLLOWING TECHNICAL EVALUATION FACTORS: The following factors shall be used to evaluate offers: (1) Problem and Approach = 40 POINTS : Evaluation of these criteria shall assess the offeror's overall understanding of the complexity and logistical requirements associated with the provision of rehabilitation services at the Winnebago PHS Indian Hospital and the offeror's ability to successfully manage such project. This criteria shall be evaluated based upon the offeror adequately addressing each of the following elements and including sufficiently detailed information to allow a complete analysis of the offeror's technical capabilities and responsibility: (a) Understanding of the problems and issues in delivering specialty care in a small rural community. (b) Understanding of the complexity and logistical requirements of the project. (c) Possession of necessary organization, experience, and technical skills to perform the work. (d) A detailed work plan shall be submitted indicating how each aspect of the Statement of Work is to be accomplished. The technical approach should be in as much detail necessary to fully explain the proposal technical approach or methodology. Particular attention should be directed toward the scheduling of manpower, and problems to be overcome. (e) Ability to enhance continuity and follow up care. (f) Ability to meet credentialing requirements. (g) Ability to satisfy Service Unit patient documentation and reporting requirements. (h) A plan to invoice for payment shall be submitted. (2) Past Performance and Experience = 40 POINTS : The Past Performance and Experience evaluation factor shall assess the relevance and breadth of the offeror's experience and the quality of the offeror's past performance on contracts consistent in scope and complexity with the requirement for rehabilitation services. (a) The technical proposal must include a listing of other rehabilitation service contracts and subcontracts, Government and/or commercial, awarded to the offeror for practice situations serving rural, isolated locations. The contracts must contain the same type of rehabilitation requirements outlined in the Statement of Work. The offeror must include the following information for each contract and subcontract, as applicable. (i). Name of contracting activity (ii). Contract number (iii). Contract type (iv). Total contract value (v). Description of contract work (vi). Contracting officer and telephone number (vii). Program manager and telephone number (viii). Government project officer and telephone number (ix). List of major subcontractors (b). The offeror must demonstrate its record of successful performance in past contracts and subcontracts, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts and subcontracts for similar services. The offeror shall include the following past performance information: (c). Identify the one contract, which you consider to be the most successful, and the reasons for this determination. (d). Evidence of timely and acceptable contract performance on similar rehabilitation service projects. (e). Evidence indicating customer satisfaction for similar services outlined in the Statement of Work. (f). Evidence of concern for cost control and budgetary considerations. (3) Key Personnel = 20 POINTS : This factor shall be evaluated on the basis of the key personnel readily available for assignment to the project. The proposal shall identify key personnel who have relevant experience in performing the tasks required of this solicitation in other projects that are similar in function, scope, and complexity of Winnebago's needs for rehabilitation service. The offeror must provide a staffing plan to provide the availability of qualified and experienced staff to assure the requirements of the Statement of Work are met in a timely manner. The offeror shall specify the extent to which staff will participate in contract performance. Curriculum vitae or resumes of key personnel that will be directly involved in contract performance shall be included in the proposal. C.V.'s or resumes must demonstrate that the offeror has the personnel with the necessary knowledge and experience to perform the tasks outlined in the Statement of Work. Technical Criteria will be 60% and cost will be 40% determining factors for this award. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options(s). (c) A written notice of award of acceptance or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-7, 52.204-8, 52.204-9, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.219-1, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-18, 52.233-1, 52.233-3, 52.233-4, 52.237-2, 52.237-3, 52.237-7, 52.242-15, 52.242-17, 52.243-1, 52.244-6, 52.245-1, 52.249-1, 52.249-8, 52.253-1, 352.201-70, 352.202-1, 352.203-70, 352.215-1, 352.215-70, 352.223-70, 352.224-70, 352.227-70, 352.231-71, 352.237-70, 352.237-71, 352.237-72, 352.239-73, 352.242-71, 352.242-72, 352.242-73, 352.270-2, and 352.270-3. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.arnet.gov and http://www.hhs.gov/oamp/policies/hssar.doc. In addition, Contractors shall provide the following: 1. Complete Annual Representations & Certifications. 2. Complete Small Business Program Representations. 3. Complete and sign Licensure Requirement; provide a copy of current license. 4. Complete and sign Agreement to a temporary provisional of character investigations (for government contractors only). 5. Complete and sign the Declaration for Federal Employment - Optional Form 306. 6. Complete and sign Addendum to Declaration for Federal Employment (OF306). 7. Copy of malpractice insurance. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must register with the Department of Defense Central Contractor Registration (CCR) database prior to award. The CCR is the primary Government repository, which retains information on Government contractors. You may register via the Internet at http://www.ccr.gov or by calling (888) 227-2423 or (269) 961-5757. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Aberdeen Area Indian Health Service, 115 4th Avenue SE, Room 309, Aberdeen, SD 57401, no later than 3 p.m. CST, on May 3, 2010. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company's name and address. Offers will also be accepted by e-mail at courtney.davis@ihs.gov or by fax at (605) 226-7669. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFP. In addition, it must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFP-10-113/listing.html)
 
Place of Performance
Address: Winnebago Indian Hospital, Hwy 75/77, Winnebago, Nebraska, 68071, United States
Zip Code: 68071
 
Record
SN02133855-W 20100429/100427235535-195e2ff4e95266219832ad4ce9827329 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.