Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2010 FBO #3123
SOLICITATION NOTICE

R -- CHEMICAL DEPENDENCY CONSULTANT - FAR provision 52.212-3

Notice Date
6/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621330 — Offices of Mental Health Practitioners (except Physicians)
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-10-050-REL
 
Archive Date
7/10/2010
 
Point of Contact
Rita E Langager, Phone: 406.247.7293
 
E-Mail Address
rita.langager@ihs.gov
(rita.langager@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2009) that must be completed and submitted with the offer. 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 Part 13, Simplified Acquisition Procedures; FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)); and FAR 37.104, Personal Services Contracts (Public Law 103-332, Department of the Interior and Related Agencies Appropriation Act, Title II, September 30, 1994, 108 Stat. 2530 as implemented by 25 U.S.C. 3109). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a fixed-price commercial item contract in response to Request for Quotation (RFQ)-10-10-050-REL. This solicitation is restricted to 100% Small Business concerns. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. The associated North American Industry Classification System code is 621330 and the small business size standard is $7.0 million. Potential contractors shall propose an all inclusive daily rate. PRICE SCHEDULE - CHEMICAL DEPENDENCY CONSULTANT: 30 DAYS @ $____________________ per DAY = $_________________________. PURPOSE OF THE CONTRACT: The purpose of this acquisition is to contract with a Chemical Dependency Consultant to conduct program reviews for the Billings Area Indian Health Service Chemical Dependency Program. WORK SCHEDULE: The Contractor shall schedule and conduct two-day program reviews (18 hours) at eight Service Unit locations. In addition, one day or eight hours each week, the Contractor shall provide administrative support at the Billings Area Office for the Quarterly Chemical Dependency Director Meetings and assist the Chemical Dependency Programs with local training needs. The administrative support services shall not exceed 12 days. STATEMENT OF WORK: Public Law (P.L.) 93-638, Indian Self-Determination Act, requires annual program reviews of the Tribal Chemical Dependency Programs to ensure compliance and progress on correcting deficiencies. The program reviews for Fiscal Year (FY) 2010 include: (1) Site visits to all reservations to perform the annual program evaluations. The Reservation Programs including: Blackfeet: Crystal Creek Lodge; Crow: Crow Nation Wellness Center; Fort Belknap: Alcoholism Program; Fort Peck: Spotted Bull Treatment Center; Fort Peck: Transitional Living Unit for Youth; Northern Cheyenne: Recovery Center; Northern Arapahoe: White Buffalo Recovery Center; and Eastern Shoshone: Recovery Program. (2) Program reviews will be conducted using the Area Program Review document and Area Chart Review document. These forms are based on basic Commission on Accreditation Rehabilitation Facilities (CARF) requirements. (3) The reports must summarize the findings and include recommendations. The reports will be provided to Charlene Johnson, Project Officer, and Jerry L. Black, Chief Contracting Officer, for conveyance to the Tribe and to the IHS, Associate Area Director, Office of Health Care Programs. (4) In the case of deficiencies, a corrective action plan will be developed and submitted to the Chief Contracting Officer for conveyance to the program. KNOWLEDGE AND EXPERIENCE REQUIRED: The Contractor shall have: Knowledge of chemical dependency treatment program policies. Knowledge of CARF standards and experience in implementation. Skill in problem identification and resolution at the program level in reservation-based programs. Clinical experience in screening, assessment, intervention and rehabilitation of chemically dependent clients who have co-occurring addiction and mental health and medical problems. Experience as a consultant to chemical dependency treatment programs providing technical assistance, program evaluation, in-service education and written reports. Demonstrated skills in working with various individuals and groups of people with various cultural backgrounds. SPECIAL CONTRACT REQUIREMENTS: The Contractor shall comply with all IHS/Tribal facilities infection control and safety procedures, practices and standards. The Contractor shall not serve as an expert witness in any suit against the Federal Government. SCOPE AND EFFECT: The services include the evaluation and review of the IHS, Billings Area/Tribal Chemical Dependency Programs for FY-2010 to ensure contract compliance and correct deficiencies. In case of deficiencies, the Consultant will develop and administer a corrective action plan and submit to the Chief Contracting Officer for conveyance to the program utilizing the Area Program Review document and Area Chart Review document that are based on basic CARF requirements. PERSONAL CONTACTS: The personal contacts are with the Chemical Dependency (CD) Directors; CD staff; Billings Area Indian Health Service Project Officer; Associate Area Director, Office of Health Care Programs; and the Chief Contracting Officer. PURPOSE OF CONTACTS: The purpose of the contacts, in addition to the exchange of factual information, is to plan and coordinate the work with others; discuss problems and possible solutions; explain results obtained and to clarify information and agree upon corrective action plan. PHYSICAL DEMANDS: Physical demands of the position are those normally associated with office work, and travel to field locations in all seasons by common carrier and/or automobile. However, because of the crisis nature of many of the problems associated with the position, it is potentially a highly stressful environment from a mental and emotional standpoint. WORK ENVIRONMENT: Work will be in a Tribal facility setting. SUPERVISION: The project officer will instruct assignments by defining objectives, priorities and deadlines. The Contractor will plan and evaluate the tribal chemical dependency program reviews for FY-2010. Reports will be submitted to Charlene Johnson, Project Officer, for review. The Contractor is expected to recognize and resolve problems related thereto without supervision or other assistance. GUIDELINES: The Contractor will utilize the Area Program Review document and the Area Chart Review document which are based on basic CARF requirements and guidelines. These documents will enable the Contractor to evaluate the Chemical Dependency Tribal Programs in the areas of work, literature, technical references, agency practices, regulations and policies. The Contractor shall use judgment in evaluating, interpreting, selecting and applying the guidelines to specific situations and requirements. The guidelines are not always completely applicable to or specific for all requirements and problems, therefore, the Contractor must also exercise judgment in adapting and modifying guides to solve problems encountered, in applying established methods and practices to new situations or in relating new assignment to preceding ones. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide the Contractor with the following: (1) Office space including a telephone; (2) access to standard and specialized equipment including a computer, copy machines, and facsimile machines. The Office of Health Care Programs will be responsible for getting the Contractor access and clearance to all pertinent computer services necessary to carry out his/her duties; and (3) office supplies. 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 all contractors. 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. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes has been made at the end of the contract term. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER DESIGNATION: The Project Officer for this contract will be Charlene Johnson, Supervisory Program Management Officer, Office of Heath Care Programs, Billings Area Indian Health Service. The Project Officer shall be responsible for: (1) Monitoring the Contractor technical progress, including surveillance and assessment; (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. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoices to the Supervisor/Project Officer. The Contractor agrees to include the following information on each invoice: (1) Contractor's Name, Address and Telephone Number; (2) Purchase Order Number; (3) Invoice Number and Date; (4) Cost or Price; (5) Dates of Service including the Number of Hours and/or Days Worked; and, (6) Remit to Address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. 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. CHILD CARE NATIONAL AGENCY CHECK AND INVESTIGATION (CNACI). A CNACI must be completed for all Indian Health Service (IHS) contractor personnel within the Billings 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 character and background investigations will be conducted by the Billings Area IHS Office. 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 Offeror 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) RESUME (Potential contractors must submit a copy of resume with the offer.) = 50 POINTS; and (2) PAST PERFORMANCE (The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts/jobs. The offeror must list at least two contracts/jobs and include the following information. (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service/Employment; (4) Total contract value/Hourly wage; (5) Description of contract work/Job duties; (6) Contracting Officer/Company Manager and telephone number; (7) Program Manager and telephone number, if applicable; and (8) Administrative Contracting Officer and telephone number, if applicable = 50 POINTS. Technical and past performance, when combined, are approximately equal to cost or price. (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 option(s). (c) A written notice of award 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, 52.204-9, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.227-14, 52.227-17, 52.229-3, 52.232-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.245-1, 52.249-12, 352.201-70, 352.202-1, 352-215-1, 352.215-70, 352.222-70, 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, 52.222-39, 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 https://www.acquisition.gov/ and http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3524d214210697effd2fd5c77848a806&rgn=div5&view=text&node=48:4.0.1.8.33&idno=48. CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST REGISTER WITH THE DEPARTMENT OF DEFENSES CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE. THE CCR IS THE PRIMARY GOVERNMENT REPOSITORY, WHICH RETAINS INFORMATION ON GOVERNMENT CONTRACTORS. YOU MAY REGISTER VIA THE INTERNET AT HTTPS://WWW.BPN.GOV/CCR/DEFAULT.ASPX OR BY CALLING (888) 227-2423. 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. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 2:00 p.m., on June 25, 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 name and address. Offers will also be accepted by e-mail at Rita.Langager@ihs.gov or by fax at (406) 247-7108. 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 60 days from the date of receipt by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-10-050-REL/listing.html)
 
Record
SN02175056-W 20100613/100611234442-16dc3e41ea03760b43929378aecbcbec (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.