Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOLICITATION NOTICE

Q -- ER Physicians/CRHC/8P-8A

Notice Date
7/6/2020 1:07:19 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
 
ZIP Code
57401
 
Solicitation Number
CRHC20-04
 
Response Due
7/16/2020 12:00:00 PM
 
Archive Date
07/31/2020
 
Point of Contact
Stephanie Charger, Phone: 605-964-0507, Fax: 605-964-7737, Danielle Chasing Hawk, Phone: 605-964-7724, Fax: 605-964-7737
 
E-Mail Address
stephanie.redelk@ihs.gov, Danielle.ChasingHawk@ihs.gov
(stephanie.redelk@ihs.gov, Danielle.ChasingHawk@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
Description
Amend#1, Add questions/answers. (i) a. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. b. The Indian Health Service/Cheyenne River Health Center intends to award a Firm Fixed-Price, Non-Personal Services, Indefinite Delivery/Indefinite Quality (IDIQ) contract, to provide Physican Services for the Emergency Room Department at the Cheyenne River Health Center located in Eagle Butte, South Dakota.� The contract resulting from this solicitation will not obligate funds; funds must be obligated prior to ordering through the issuance of a task order.� All orders may be submitted electronically, facsimile, or hard copy. (ii) This solicitation is being issued under solicitation number CRHC20-04. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, dated 05/6/2020 (iv) This is a 100% Indian Small Business Economic Enterprise Set-Aside and the associated NAICS code is 621111, with a Small business Size Standard of� $12 Million, Product Service Code is Q201 � General Health Services. (v) Services purchased through this contract will be ER/Physician Services for patient care.� A list of line items, quantities/units of measure at attached.� The �Unit Price� is an all-inclusive cost.� All �inclusive cost� is defined to include, but not limited to travel, lodging, per diem, benefits, fuel, freight etc., plus all other costs pertinent to the performance of this contract.� The period of performance will be a base year, plus the option to exercise, Four-One(1) year option terms.� Base Year: 08/01/2020 � 07/31/2021 2,080 Hours @ $___________/hr, totaling $_____________ Option Year One(1): 08/01/2021 � 07/31/2022 2,080 Hours @ $___________/hr, totaling $_____________ Option Year Two(2): 08/01/2022 � 07/31/2023 2,080 Hours @ $___________/hr, totaling $_____________ Option Year Three(3): 08/01/2023 � 07/31/2024 2,080 Hours @ $___________/hr, totaling $_____________ Option Year Four(4): 08/01/2024 � 07/31/2025 2,080 Hours @ $___________/hr, totaling $_____________ (vi) Description of Services: Include, but not limited to, continuous Emergency Room, Physician Services, required by the attached Performance Work Statement, for the Cheyenne River Health Center.� (vii) The period of performance will include one base year, plus the option to exercise four (4) option years. �Delivery and acceptance terms for this order are with the PWS. POP: Base Yr: 8/1/2020 � 7/31/2021, OY1: 8/1/2021 � 7/31/2022, OY2: 8/1/2022 � 7/31/2023, OY3: 8/1/2023 � 7/31/2024 & OY4: 8/1/2024 � 7/31/2025. (viii) The provision at 52.212-1, Instructions to Offerors � Commercial Items (Oct 2018), applies to this acquisition.� Quotes shall be submitted on company letterhead stationary, signed and dated; it shall include, at a minimum; Solicitation number CRHC20-04 Closing Date: July 16, 2020 at 1:00pm MST Name, address, telephone number of the offeror and email address of the contact person Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation.� Terms of any express warranty Price and any discount terms �Remit to� address, if different than mailing address A completed copy of the representations and certifications at FAR 52.212-3 Acknowledgement of Solicitation Amendments, if issued A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation.� Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Quotes shall also include the following to be considered acceptable. CV or Resume stating qualification in meeting the requirement in the performance work statement. Minimum of three(3) references of similar work in the last three (3) years. Include address and phone numbers. List of previous contracts. Proof of Malpractice Insurance Coverage. Current unrestricted license for each proposed candidate. Completed/Signed OF-306 Declaration for Federal Employment. Completed/Signed OF-306 Addendum to Declaration for Federal Employment. Completed/Signed Child Care Position Provisional Authorization. Completed/Signed Licensure Requirement form. Current Immunization Record. Meet all credentialing requirements listed in the Performance Work Statement. Completed/Signed Indian Health Service Buy Indian Act Indian Firm Representation Form. (ix) The clause at�52.212-2, Evaluation-Commercial Items, applies to this acquisition.� 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.� All evaluation factors other than cost or price, when combined, are significantly more important than cost or price.� The following factors shall be used to evaluate offerers: 1) Problem and Approach, 2) Past Performance, 3) Key Personnel, 4) Management.� Technical and past performance, when combined are significantly more important than cost or price. (x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2018), with its offer.� The offeror shall complete only paragraphs (b) of the provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition.� (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items (Aug 2019) � See attachment for full text. (xiii) Any additional contract requirement(s) or terms and conditions are determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices (i.e. warranty requirements, HHSAR, etc..) are attached. (xiv) N/A (xv) Offerors are due on July 16, 2020 by 1:00 PM MST, and can be mailed, e-mailed (Stephanie.RedElk@ihs.gov), or Fax to: 605-964-7737. �Offeror must confirm the receipt of the proposal by IHS. Questions in reference to this solicitation shall be submitted to the email address listed above.� The last day to submit questions is July 6, 2020 at 1:00pm MST.� No questions will be answered after this date/time.� Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective vendors through a solicitation amendment. (xvi) Point Of Contacts:� Danielle Chasing Hawk, Contracting Officer, Danielle.ChasingHawk@ihg.gov, 605-964-0605 or Stephanie RedElk-Charger, Purchasing Agent, Stephanie.RedElk@ihs.gov, 605-964-0507, (xvii) Contractor will need a DUNS number, TIN number, and be active & registered in SAM at www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9c7ad2507b424a4f93a3ec197adc0b10/view)
 
Place of Performance
Address: Eagle Butte, SD 57625, USA
Zip Code: 57625
Country: USA
 
Record
SN05711917-F 20200708/200706230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.