Federal Bid

Last Updated on 27 Mar 2013 at 8 AM
Combined Synopsis/Solicitation
North river New york

OB/GYN SERVICES AT FT. YATES, ND IHS HOSPITAL

Solicitation ID RFQ-13-057
Posted Date 25 Feb 2013 at 7 PM
Archive Date 27 Mar 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aberdeen Area Office
Agency Department Of Health And Human Services
Location North river New york United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the FAR Subpart 12.6 as supplemented and additional information included in the notice. This procurement is being conducted under the Simplified Acquisition procedures pursuant to the Authority of FAR Subpart 13.5 Test Programs for Certain Commercial Items (10 USC 2043(g) 2305 & 41 USC 253(g) and 253a253b), FAR Part 12 Acquisitions of Commercial items (Title VIII of the Federal Acquisitions Streamlining Act of 1994 (Public Law 103-355)), and FAR 37.4 Non-personal Healthcare Services (10 USC 2304 and 41 USC 253). This announcement constitutes the only solicitation; therefore, a written solicitation will not be used. The Aberdeen Area Indian Health Service is currently seeking potential quoters for a Firm Fixed-Price, Non Personal Healthcare purchase order in accordance with the Request for Quotes (RFQ) 13-057, to provide Obstetrics and Gynecology services at the Standing Rock IHS Hospital in Ft. Yates, North Dakota. The contractor shall perform according to the attached statement of work. Period of Performance will be from 03/26/2013 through 03/25/14.
The solicitation documents & incorporation provisions & clauses are those in effect through the Federal Acquisition Circular 2005-44. The associated North American Industry Classification System code is 621111 and the small business size standard is 10 million.

The "Unit Price" is an all inclusive cost. All "inclusive cost" is defined to include travel, lodging, per diem, fringe benefits, i.e., life insurance, social security, federal, state, and local taxes, plus all other costs pertinent to the performance of this purchase order.

BASIS FOR AWARD: Quoters are advised that this will be awarded on price only.

All required documents listed below must be completed, signed, and submitted in order to be considered responsive and considered for award.

1. Proposal with DUNS and TAX Identification Number
2. OF-306 - Declaration of Federal Employment
3. OF-306 - Addendum to Declaration for Federal Employment
4. Agreement to a temporary waiver of character investigation
5. Licensure Requirement
6. Curriculum Vitae
7. Malpractice Insurance Verficiation

THE CONTRACTOR MUST BE REGISTERED WITH THE SYSTEM FOR AWARD MANAGEMENT, THE WEBSITE TO REGISTER IS WWW.SAM.GOV/.

PLEASE SEND YOUR PROPOSAL AND ALL DOCUMENTS TO:

ROBYN LECOMPTE, Purchasing Agent

115 4TH AVENUE SE, ABERDEEN, SD 57401 OR [email protected] or fax is 605-226-7669

SECURITY CLEARANCE
Performance of this contract will require routine access by employees of the Contractor or its subcontractors to facilities or systems controlled by the Indian Health Service (I.H.S.). Before starting work requiring routine access to I.H.S. facilities or systems each person must complete a FBI National Criminal History Check (Fingerprint Check) adjudicated by an I.H.S. employee using the Office of Personnel Management Personnel Investigations Processing System. Contractors shall allow five business days for I.H.S. processing of fingerprints taken electronically at an I.H.S. site and thirty business days for non-electronic processing of fingerprints using FBI Form FD-258. A list of I.H.S. sites with electronic fingerprint capability is available from the Contracting Officer.
In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the HHS Office of Inspector General List of Excluded Individuals/Entities (LEIE), http://exclusions.oig.hhs.gov. As soon as practicable prior to the start of work, the performance of the work the Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting Officer the names of any additional or substitute employees for screening before they begin work.
The Contractor is responsible for conducting security preclearance investigations in sufficient depth to ensure that each Contractor or subcontractor employee referred to I.H.S. is not on the LEIE and can obtain a favorable fingerprint clearance. Each security preclearance shall be conducted sufficiently in advance of the start of performance to avoid delays caused by denial of access. If this is a Time and Materials, Labor-Hour or Cost Reimbursement contract, the contractor shall not charge for or be reimbursed for labor hours or other costs incurred for employees who are unable to perform due to denial or access or the excess time required to resolve and clear unfavorable security clearance findings. If this is a Fixed Price contract, denial of access due to security clearance findings shall not be a basis for excusable delay or an increase to the contract amount.
Government will pay for the cost to process the contractor's suitability clearances. However, multiple investigations for the same position may, at the Contracting Officer's discretion, lead to reduction(s) in the contract price of no more than the cost of the extra investigation(s).
Contractors intending to conduct business with the Federal Government must register with the System for Award Management (SAM) database prior to award. The SAM is the primary Government repository, which retains information on Government contractors. You may register via the Internet at http://www.sam.gov

No contract award shall be made to any vendor listed on the OIG Exclusion List at http://exclusions.oig.hhs.gov throughout the duration of the contract. It shall be the responsibility of the contractor to notify the Acquisition Official if there is a change in provider.

Fingerprints must be completed and adjudicated prior to services being performed under this contract.

Should the candidate be found with a non favorable security clearance, it shall be the Contractor's responsibility to replace that candidate working under the contract with a suitable candidate.

ACCEPTANCE PERIOD: Your quotation must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt by the Government.


A CONTINUING RESOLUTION, also known as a "CR" is legislation enacted by congress that continues funding for specific ongoing activities if the fiscal year appropriation has not been enacted by the beginning of the fiscal year.

"Due to the Continuing Resolution, funds are presently available through March 27, 2013 (H.J. RES.117). The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond March 27, 2013. If funds are made available to the Contracting Officer for performance beyond the above cited date, the Contractor will receive notification in writing by the Contracting Officer."

 

Bid Protests Not Available

Similar Past Bids

Fort yates North dakota 22 Oct 2010 at 10 PM
River Kentucky 13 Mar 2012 at 9 PM
Location Unknown 15 Jul 2014 at 8 PM
Location Unknown 13 Aug 2014 at 6 PM
Lawton Oklahoma 09 Apr 2021 at 7 PM