Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2012 FBO #3724
SOLICITATION NOTICE

U -- Web-Based Breastfeeding Training

Notice Date
2/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 801 Thompson, TMP 605, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
12-236-SOL-00018
 
Archive Date
2/25/2012
 
Point of Contact
Paul B. Premoe, Phone: 3014434470, Dale M Burson,
 
E-Mail Address
paul.premoe@ihs.gov, dale.burson@ihs.gov
(paul.premoe@ihs.gov, dale.burson@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. The solicitation number is 12-236-SOL-00018 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-55 (January 3, 2012). The North American Industry Classification System (NAICS) code applicable to this requirement is 611430 with a size standard of $7.0M. This solicitation is set asided for small businesses. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The Indian Health Service (IHS), Division of Acquisition Policy (DAP) intends to award a firm fixed price purchase order to acquire unlimited access to online breastfeeding training classes for the following: Background Information The IHS Division of Nursing has been tasked with facilitating a key national initiative, the IHS Baby-Friendly Hospital Initiative (BFHI). This quality improvement initiative is to increase breastfeeding rates, thereby creating a healthy start on life and preventing childhood obesity. In order to be designated Baby Friendly, maternity facilities must adopt the BFHI's Ten Steps for Successful Breastfeeding, a specific set of evidence-based practices that support breastfeeding initiation and sustained breastfeeding over time. A component of the certification process is the training of employees that reflects compliance with Baby-Friendly guidelines and criteria. Scope of Work Period of Performance - Unlimited access to IHS staff for 1 Base & 1 Option Period. This is to acquire Web-based education for busy medical and nursing staff to participate in self-directed education which is available at all times. Staff shall be able to decide when to access the training, day or night, from their home or while they are at work. A comprehensive Baby-Friendly Hospital Initiative staff training package with unlimited usage for 1 base and 1 option years which includes the following: 1. 15 hours of Baby Friendly Hospital Initiative (Breastfeeding Training) for nurses a. In-patient maternity nurses and ancillary staff b. Public Health Nurses 2. 3 hours Baby Friendly Hospital Initiative (Breastfeeding Training) for physician training a. Pediatricians and obstetricians 3. 5 hours Baby Friendly Hospital Initiative (Breastfeeding Training) for out-patient specific training a. Public Health Nurses The Baby Friendly Hospital Initiative (Breastfeeding course) educational course/program must offer accreditation for continuing nursing education credits by a Nurses Association and the International Board of Lactation Consultant Examiners. The program should train staff on the Baby Friendly Hospital Initiative 10 specific Steps to Breastfeeding Success training and include the following: CLIN0001: A total package for on-line training of all personnel for the base year - unlimited use at the 14 Obstetric (OB) facilities which includes continuing education credit for the nursing staff. CLIN0002: A total package for on-line training of all personnel for the option year - unlimited use at the 14 Obstetric (OB) facilities which includes continuing education credit for the nursing staff. FAR Provisions and Clauses which apply to this Acquisition are the following: FAR clause 52.212-1, Instructions to Offerors - Commercial Items is applicable to this requirement. The Offer shall include all documents as cited in the clause. An addenda is not applicable to this provision. FAR clause 52.212-2, Evaluation - Commercial Items is applicable to this requirement. The award will be made based upon the technical specifications of the required products/services and delivery period in this synopsis, and to the lowest price, technically acceptable quote meeting the Government's requirements. The offerors must respond to the technical evaluation criteria and provide a firm fixed price quote for each year. The Government intends to evaluate offerors and award a contract without discussions with offerors. Therefore, the initial offer should contain the offerors best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all offers, waive informalities and minor irregularities in offers received. The offerors must include itemized price lists of charges, complete description of services, complete address for invoice payment and purchase order delivery, prompt payment discount terms, the Dun & Bradstreet Number (DUNS), the taxpayer Identification Number (TIN) and certification of business size of the company. Note: In order to receive an award from IHS, contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov, and ORCA https://orca.bpn.gov/login.aspx. The evaluation criteria are listed below: Technical Approach - Comprehension of the work, use of methods and techniques for completing each task, cost savings and feasibility of approach, identification of challenges and solutions, relevant tasks within the past three years. Past Performance - The contractor shall show a proven track record or sufficient staff competence and capability in executing the requirements the Scope of Work. The Offeror must submit a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following clauses are added as and addendum to FAR clause 52.212-4 and are applicable to this requirement: FAR Clause 52.209-7 Information Regarding Responsibility Matters (Jan 2011); FAR Clause 52.216-2, Economic Price Adjustment--Standard Supplies (January 1997); FAR Clause 52.216-19, Order Limitations (October 1995). FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following are the additional FAR clauses cited in the clause applicable to this acquisition: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g); 52.219-6, Notice of Total Small Business Aside (JUNE 2003) (15 U.S.C. 644); 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755); 52.222-19, Child Labor (JUL 2010) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246); 52.222-54, Employment Eligibility Verification (JAN 2009); 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) (31 U.S.C. 3332); 52.222-41, Service Contract Act of 1965 (NOV 2007) (U.S.C. 351, et seq.); 52.222.42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq). Quotes are due February 10, 2012 by 10:00am EST and questions are due February 7, 2012 by 10:00am EST. The award will be made based upon the requirements specified in this combined synopsis/solicitation, and to the offeror providing the best value in meeting the Government's requirements. The offerors must provide documentation in support of the specified requirements. The quote must reference the Solicitation Number 12-236-SOL-00018. All responsible sources may submit a proposal which if timely received shall be considered by the agency. Responses must be submitted electronically to Paul.Premoe@ihs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/12-236-SOL-00018/listing.html)
 
Place of Performance
Address: 801 Thompson Ave TMP 605, Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN02666677-W 20120204/120202235225-2df724e6052a5cc956e781022189ade8 (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.