Federal Bid

Last Updated on 24 Aug 2019 at 8 AM
Combined Synopsis/Solicitation
Loop Texas

OB/GYN Sfaffing

Solicitation ID MBEL-19-014
Posted Date 01 Aug 2019 at 7 PM
Archive Date 24 Aug 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Aberdeen Area Office
Agency Department Of Health And Human Services
Location Loop Texas United states
A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994) (Public Law 103-355) & FAR 37.4, Non-personal Health Care Services Contract (10 U.S.C. 2304 and 41 U.S.C.253). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

B. The Great Plains Area Indian Health Service (IHS) intends to award a firm fixed-price, non-personal service, IDIQ, commercial item, Contract in response to Request for Quote MBEL-19-014 Small Business Set-Aside.

C. "Task Orders will be issued where Funds will be obligated.

D. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03 dated 07/12/19.

E. The RFQ is issued as a 100% Small business set-aside, and the associated NAICS Code is 561320, which is small business standard 500 employees.

F. 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.

OB/GYN Physician Services: Base Yr.

1. Regular Hours 2,080 hours @ _tiny_mce_marker________ per hour for a total of tiny_mce_marker___________.
2. Week Night Call 2,100 hours@ _tiny_mce_marker____________per hour for a total of tiny_mce_marker_____________.
3. Week -End on Call hours 2,500@ _tiny_mce_marker__________per hour for a total of tiny_mce_marker_____________.
4. Overtime hours 500@ _tiny_mce_marker__________ per hour for a total of tiny_mce_marker______________.
5. Holiday on Call hours 10 (24hr shift) 240 hrs. @ _tiny_mce_marker___________ per hour for a total of tiny_mce_marker___________.

6. Grand total for all line items tiny_mce_marker_________________.

OB/GYN Physician Services: Option Yr. 1.

7. Regular Hours 2,080 hours @ _tiny_mce_marker________ per hour for a total of tiny_mce_marker___________.
8. Week Night Call 2,100 hours@ _tiny_mce_marker____________per hour for a total of tiny_mce_marker_____________.
9. Week -End on Call hours 2,500@ _tiny_mce_marker__________per hour for a total of tiny_mce_marker_____________.
10. Overtime hours 500@ _tiny_mce_marker__________ per hour for a total of tiny_mce_marker______________.
11. Holiday on Call hours 10 (24hr shift) 240 hrs. @ _tiny_mce_marker___________ per hour for a total of tiny_mce_marker___________.

12. Grand total for all line items tiny_mce_marker_________________.

OB/GYN Physician Services: Option Yr.2.

13. Regular Hours 2,080 hours @ _tiny_mce_marker________ per hour for a total of tiny_mce_marker___________.
14. Week Night Call 2,100 hours@ _tiny_mce_marker____________per hour for a total of tiny_mce_marker_____________.
15. Week -End on Call hours 2,500@ _tiny_mce_marker__________per hour for a total of tiny_mce_marker_____________.
16. Overtime hours 500@ _tiny_mce_marker__________ per hour for a total of tiny_mce_marker______________.
17. Holiday on Call hours 10 (24hr shift) 240 hrs. @ _tiny_mce_marker___________ per hour for a total of tiny_mce_marker___________.

18. Grand total for all line items tiny_mce_marker_________________.

OB/GYN Physician Services: Option Yr. 3.

19. Regular Hours 2,080 hours @ _tiny_mce_marker________ per hour for a total of tiny_mce_marker___________.
20. Week Night Call 2,100 hours@ _tiny_mce_marker____________per hour for a total of tiny_mce_marker_____________.
21. Week -End on Call hours 2,500@ _tiny_mce_marker__________per hour for a total of tiny_mce_marker_____________.
22. Overtime hours 500@ _tiny_mce_marker__________ per hour for a total of tiny_mce_marker______________.
23. Holiday on Call hours 10 (24hr shift) 240 hrs. @ _tiny_mce_marker___________ per hour for a total of tiny_mce_marker___________.

24. Grand total for all line items tiny_mce_marker_________________.

OB/GYN Physician Services: Option Yr. 4.

25. Regular Hours 2,080 hours @ _tiny_mce_marker________ per hour for a total of tiny_mce_marker___________.
26. Week Night Call 2,100 hours@ _tiny_mce_marker____________per hour for a total of tiny_mce_marker_____________.
27. Week -End on Call hours 2,500@ _tiny_mce_marker__________per hour for a total of tiny_mce_marker_____________.
28. Overtime hours 500@ _tiny_mce_marker__________ per hour for a total of tiny_mce_marker______________.
29. Holiday on Call hours 10 (24hr shift) 240 hrs. @ _tiny_mce_marker___________ per hour for a total of tiny_mce_marker___________.

30. Grand total for all line items tiny_mce_marker_________________.

 

G. To obtain OB/GYN Physician services for the Quentin N Burdick Memorial Health Care Facility in Belcourt, North Dakota.

H. Services to be provided at the QNBMHF IHS Hospital, Belcourt, North Dakota

Period of performance: Award date for one year - Base yr. and four option years.

I. FAR 52.212-1 - Instructions to Offeror's - Commercial Items (October 2018):

Quotes shall be submitted on company letterhead stationery, signed and dated and it shall include:

1. Solicitation number RFQ MBEL-19-014
2. Closing date of August 9, 2019
3. Name, address, telephone number of the offeror and email address of the contact person.
4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include documents, if necessary;
5. Terms of any express warranty
6. Price of any discount terms
7. "Remit to" address, if different than mailing address;
8. A completed copy of the representations and certifications at FAR 52.212-3; see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically.
9. Acknowledgment of Solicitation Amendments (if any issued)
10. Resume stating ability to meet qualifications and the requirements of the statement of work.
11. Past Performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (to include contract numbers, points of contact with telephone number and other pertinent information)
12. A statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitations. offeror's that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded.

In addition, Contractor shall provide the following in order to be considered technically acceptable.
1. Complete and sign Agreement of Child Care Position of Provisional Authorization.
2. Complete and sign Declaration for Federal Employment - Option Form 306
3. Complete and sign Addendum to Declaration for Federal Employment - Option Form 306
4. Complete and sign Licensure Requirement Form.
5. Copy of Malpractice insurance coverage.
6. Shall meet the Professional Qualifications Criteria of the Statement of Work
7. Copy of Board Certifications
8. Copy of active, current full and unrestricted license to practice.
9. Copy of Diplomas/Specialty Certification
10. Copies of Continue Education
11. Current CV/resume
12. Name and phone number of three (3) current professional references
13. Copy of recent Health Examination

J. FAR 52.212-2 Evaluation - Commercial Items (October 2014)

(a) 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, ability to meet staffing requirements and delivery schedules past performance, price and evaluation factors are considered equal. The following factors shall be used to evaluate offers:

A. Technical Capabilities
B. Management Capabilities
C. Key Personnel
D. Past Performance

K. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (October 2018) - See attachment for full text and instruction for completion. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via http://www.sam.gov. If an offeror has completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraph (c) through (o) of this provision.
L. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (October 2018) - See attachment; in by reference

M. FAR 52.212-5 - Contract Terms & Condition's Required to Implement Statutes or Executive Orders - Commercial Items (May 2019) - See attachment for full text.

N. Attached are the Federal Acquisition Regulations (FAR) and the Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including the following:

O. Offers will be accepted electronically, Submit via e-mail to the following:

Quentin N Burdick Memorial Healthcare Facility
Phyllis Gourneau, Contract Specialist
1300 Hospital Loop
Belcourt, North Dakota 58316
e-mail: [email protected]
Phone: 701-477-8419

Contractor will need a DUNS number, TIN number and be registered with www.SAM.gov

SECURITY CLEARANCE

A security pre-clearance must be performed for any employee referred to IHS through this contract.

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

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.

The Indian Health Service utilizes the eQIP (Electronic Questionnaire Investigations Processing) system to process background investigations. Contractors are required to work with the Service Unit Background Coordinator or other designee to properly complete their eQIP entry without error. Proper submission of the EQIP entry to the Office of Personnel Management (OPM) is required prior to the individual being allowed to begin their performance under this contract. Computers have been provided to the service unit for this purpose.

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 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).
Acceptance Period: Your proposal must stipulate that is predicated upon all terms and conditions of this RFP. In addition, it must contain a statement to the effect that it is firm for a period of at least 30 days from the date of receipt by the Government.

Bid Protests Not Available

Similar Past Bids

Loop Texas 01 Dec 2017 at 9 PM
Loop Texas 20 Mar 2018 at 6 PM
Washington 17 Nov 2011 at 9 PM
Belcourt North dakota 24 Mar 2021 at 4 PM
Washington 18 Jun 2019 at 7 PM