(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 Mid-Level Provider(PA/CNP) 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. The Government reserves the right to not make an award, if necessary. This solicitation does not obligate reimbursement to offeror(s) for any costs incurred in preparing their quote.
(ii) This solicitation is being issued under solicitation number CRHC20-35.
(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 owned-Small Business Economic Enterprise Set-Aside and the associated NAICS code is 621399, with a Small business Size Standard of $8 Million, Product Service Code is Q201 – General Health Services.
(v) Services purchased through this contract will be ER/Mid-Level Provider 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. Fill out bid schedule, Section B(attached).
(vi) Description of Services: Include, but not limited to, continuous, uninterrupted, Emergency Room, Mid-Level Providers (Certified Physician Assistant and Certified Nurse Practitioner) 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: 9/1/2020 – 8/31/2021, OY1: 9/1/2021 – 8/31/2022, OY2: 9/1/2022 – 8/31/2023, OY3: 9/1/2023 – 8/31/2024 & OY4: 9/1/2024 – 8/31/2025.
(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;
Quotes shall also include the following to be considered acceptable.
(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 August 3, 2020 by 1:00 PM MST, and can be mailed, e-mailed ([email protected]), 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 24, 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, [email protected], 605-964-0605 or Stephanie RedElk-Charger, Purchasing Agent, [email protected], 605-964-0507,
(xvii) Contractor will need a DUNS number, TIN number, and be active & registered in SAM at www.sam.gov.