Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 01, 2016 FBO #5487
MODIFICATION

R -- Coaching and Mentoring - Pine Ridge Hospital, South Dakota

Notice Date
11/29/2016
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
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
IHS-17-236-SOL-00003
 
Archive Date
12/30/2016
 
Point of Contact
Paul B. Premoe, , Vito Pietanza,
 
E-Mail Address
paul.premoe@ihs.gov, vito.pietanza@ihs.gov
(paul.premoe@ihs.gov, vito.pietanza@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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. (ii) This solicitation is being issued as a Request for Proposal (RFP) via RFP#: IHS-17-236-SOL-00003. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-90. (iv) This RFP is being issued under a Small Business set-aside competition basis. NAICS code: 541611 (Administrative Management Consulting Services) with size standard of $15.0M applies to this RFP. (v) See attached RFP - for Additional Terms and Conditions, refer to Section B.3., Contract Price, etc., for additional details: CLIN 0001: Base Period (12 months) CLIN 1001: Option Period One (12 months) CLIN 2001: Option Period Two (12 months) (vi) The Indian Health Service (IHS) is planning to issue a Labor-Hours contract vehicle. The Indian Health Service (IHS) will engage the services of an experienced and qualified hospital management firm to provide a team of Coaches/Consultants to work on-site (at the Pine Ridge Hospital, South Dakota) with each of these hospital executive leaders, consisting of a Chief Executive Officer Coach/Consultant, Chief Operations Officer Coach/Consultant, Chief Nurse Officer Coach/Consultant, Chief Medical Officer Coach/Consultant and Chief Quality Management Officer Coach/Consultant. The permanent federal Hospital Management Team will work closely with the Hospital Coaches/Consultants to build the structures, processes and skills that the permanent Hospital management team will need to achieve successful outcomes both clinically and operationally; provide support and coaching to address identified learning needs; and make interim, ongoing and final recommendations to support effective succession planning and successful transition to sustained and sustainable successful administration of the hospital. Specific emphasis will be placed on improving competencies to effectively address un-remediated deficiencies identified in internal and external surveys of the Hospital, and to maintain improvements. (vii) The contract performance period will include a one year Base Period (12 months) and two (2) one year Option Periods (12 months each). The delivery and acceptance terms of this contract shall be FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Oct 2015), applies to this acquisition and addenda to the provision is included in the attached RFP, Additional Terms and Conditions. (ix) In accordance with the provision at 52.212-2, Evaluation - Commercial Items (Oct 2014), 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 and addenda to the provision is included in the attached RFP, Section M - Evaluation Factors for Award. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2016), with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015), applies to this acquisition and addenda to the clause is included in the attached RFP, Additional Terms and Conditions. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Oct 2016), applies to this acquisition and the additional FAR clauses cited in the clause are applicable to the acquisition. (a) 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 acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). (2) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). (3) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). (4) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). (5) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). (6) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). (7) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (8) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (9) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). (10) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (11) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (12) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (13) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (14) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (15) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (16) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (17) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (18) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (19) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-17, Non-displacement of Qualified Workers (May 2014) (E.O. 13495) (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67. ). (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). (5) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (6) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). (End of Clause) (xiii) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998 ) and 52.252-2, Clauses Incorporated by Reference (Feb 1998) are used in this solicitation. The clauses are available in full text at www.acquisition.gov/far/. Additional contract/solicitation terms and conditions are included in the Sections B through M of the attached RFP - Additional Terms and Conditions. Note: In order to receive an award from the Indian Health Service, contractors must have a valid registration in the System for Award Management (SAM) www.SAM.gov. (xiv) N/A (xv) Per the attached Additional Terms and Conditions, Section L. Instructions, Conditions, and Notice to Offerors. Proposals are due by 4 PM EST on December 15, 2016. (xvi) Interested vendors capable of furnishing the government with the services specified in this combined synopsis/solicitation should submit their proposals to the email addresses provided below. The proposal must reference RFP-Solicitation Number: IHS-17-236-SOL-00003. Proposals and questions shall be emailed directly to both paul.premoe@ihs.gov and vito.pietanza@IHS.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/IHS-17-236-SOL-00003/listing.html)
 
Place of Performance
Address: Pine Ridge Hospital, Pine Ridge, South Dakota, 57770, United States
Zip Code: 57770
 
Record
SN04338293-W 20161201/161129234359-2ca785f7025b56e825716ef0abd26417 (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.