Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 02, 2019 FBO #6551
SOLICITATION NOTICE

Q -- GIMC Physician Assistant/Nurse Practitioner Services - Performance Work Statement Nurse Practitioner - FY20 Pricing Schedule - GIMC ED Description - Performance Work Statement Physician Assistant

Notice Date
10/31/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Navajo Area Office, PO Box 9020, Window Rock, Arizona, 86515
 
ZIP Code
86515
 
Solicitation Number
020-G48-20-0055
 
Archive Date
11/30/2019
 
Point of Contact
Michelle A. James, Phone: 928-871-5841
 
E-Mail Address
michelle.james@ihs.gov
(michelle.james@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement Physician Assistant GIMC ED Description FY20 Pricing Schedule Performance Work Statement Nurse Practitioner 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-G48-20-0055. The solicitation is issued as a request for proposals (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. This is a Small Business Set Aside. 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 has a requirement for Physician Assistant/Nurse Practitioner Services to be performed at the Gallup Indian Medical Center, Gallup, New Mexico. Physician Assistant's must be certified through the NCCPA. The tasks to be performed are cited in the attached Performance Work Statements (PWS). 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 Selected provider is subject to a pre-employment fingerprint check and background investigation. If provider is selected, then the provider must 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 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. The socio-economic status of an offeror may also be considered should more than one quote represent the best value and lowest-cost alternative 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 (May 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 RFP: 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, please complete, sign and submit the following documents: 1. Pricing Schedule for Nonpersonal Health Care Services (attached and must be signed) 2. Complete candidate profile (CV/Resume, Licensures, and Certifications.) 3. Certificate of Medical Liability Insurance for each candidate. **DOCUMENTS NOT COMPLETED OR SIGNED WILL NOT BE CONSIDERED. Questions for this RFP are due by November 6, 2019 3:00 P.M. MST. 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 15, 2019. Fax submissions are not authorized.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Navajo/020-G48-20-0055/listing.html)
 
Place of Performance
Address: 516 E. Nizhoni Blvd., Gallup, New Mexico, 87301, United States
Zip Code: 87301
 
Record
SN05486651-W 20191102/191031230449-9a7f626b15fc01f905a22593684d9074 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.