North Dakota Bids > Bid Detail

Firm-Fixed Price, Non-Personal Healthcare Service, ID/IQ Contract, Single Award, Commercial Item, Part-Time, CT/Radiologist’s at the Standing Rock Hospital, Ft. Yates, ND.

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159975974911276
Posted Date: Mar 17, 2023
Due Date: Mar 28, 2023
Solicitation No: 75H70623Q00014
Source: https://sam.gov/opp/a8eef98429...
Follow
Firm-Fixed Price, Non-Personal Healthcare Service, ID/IQ Contract, Single Award, Commercial Item, Part-Time, CT/Radiologist’s at the Standing Rock Hospital, Ft. Yates, ND.
Active
Contract Opportunity
Notice ID
75H70623Q00014
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
GREAT PLAINS AREA INDIAN HEALTH SVC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 17, 2023 03:31 pm CDT
  • Original Date Offers Due: Mar 28, 2023 03:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Q999 - MEDICAL- OTHER
  • NAICS Code:
    • 561320 - Temporary Help Services
  • Place of Performance:
    Fort Yates , ND 58538
    USA
Description

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. 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 healthcare service, ID/IQ contract, single award, commercial item, Part-Time CT/Radiologist at the Ft. Yates PHS, IHS Hospital, Ft. Yates, North Dakota in response to Request for Quote (RFQ) 75H70623Q00014. The contract resulting from this solicitation will not obligate funds; funds must be obligated prior to starting performance through a task order. Orders may be submitted electronically, facsimile or hard copy.



C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01.



D. This RFQ is unrestricted with the associated NAICS Code of 621111.



E. The unit pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state and local taxes) plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates.



See attached SF-1449. Complete, sign and return the SF-1449 with your RFQ response.



F. Part-Time CT/Radiologist at the Ft. Yates PHS, IHS Hospital, Ft. Yates, ND. One (1), two (2) or three (3) days per week, fifty-two (52) weeks per year. The period of performance will be for one (1) year from the Date of Award with four (4), one (1) year option periods.



G. FAR 52.212-1 Instructions to Offerors-Commercial Items (November 2021).



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




  1. Solicitation number RFQ 75H70623Q00014.

  2. Closing Date: March 28, 2023 at 3:00 pm CT

  3. Name, address and telephone number of company and email address of contact person.

  4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. This may include product literature, or other documents, if necessary.

  5. Terms of any express warranty

  6. Price and 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

  9. Acknowledgment of Solicitation Amendments (if any issued)

  10. Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and

  11. Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.



In addition, Contractors shall provide the following:








      • Name and phone number of three (3) professional references.

      • Shall meet the qualifications in the Statement of Work and provide copies of requested documents.

      • Complete and sign Child Care Position Provisional Authorization

      • Complete and sign the Declaration for Federal Employment – Optional Form 306.

      • Complete and sign Addendum to Declaration for Federal Employment (OF306).

      • Complete and sign Licensure Requirement Form.

      • Copy of malpractice insurance coverage.

      • Copies of current ARRT, CT and CPR certifications.

      • Current immunization record, including COVID-19 vaccines.







Attachments:








      • Statement of Work

      • Provisions and Clauses incorporated by reference and full text

      • Business Associate Agreement

      • Contractor’s Performance Conditions & Responsibilities

      • HHS Residual Standard of Conduct

      • Workplace Violence & Violence in the Workplace

      • Courtesy and Respect in the Workplace Policy

      • Mandatory Seasonal Influenza









Basis of Award: Best Value with Lowest Price, Technically Acceptable.



H. FAR 52.212-3 Offer Representations and Certifications-Commercial Items (December 2022) See attachment for full text.



I. FAR 52.212-4 Contract Terms and Conditions-Commercial Item (December 2022) Applied to this acquisition and it’s incorporated by reference.



J. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (December 2022) See attachment for full text.



K. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable.



L. Submit proposal to:



Great Plains Area Indian Health Service



Attn: Nichole Lerew, Supervisory Contract Specialist & Ursula Maslonka, Contract Specialist



115 4th Ave. SE, Room 309



Aberdeen, SD 57401



Email: nichole.lerew@ihs.gov and ursula.maslonka@ihs.gov



Questions in regards to this solicitation shall be submitted in writing by either email, fax or mail. The last day to submit questions is March 21, 2023, 12:00pm, CT.



SECURITY CLEARANCE



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



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



No contract award shall be made to any vendor or provider listed on the OIG Exclusion List 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.



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 contractors suitability clearances. However, multiple investigations for the same position may, at the Contracting Officers discretion, lead to reduction(s) in the contract price of no more than the cost of the extra investigation(s).



Employees that DO NOT have access to LMS, contractors, volunteers, or IHS employees with IPA’s or MOA’s to tribal organizations please, click here IHS Sexual Abuse Prevention website. When the contractors have completed and passed the training, please have them send a copy of the last page of the training with Name, Date, and Time to their Supervisor, COR, and Kimmen LeBeau, e-mail: Kimmen.LeBeau@ihs.govInvoice Processing Platform (IPP)



The Indian Health Service (IHS) is in the process of implementing an electronic invoicing system



In compliance with the Office of Management and Budget (OMB) M-15-19 memorandum “Improving Government Efficiency and Saving Taxpayer Dollars Through Electronic Invoicing” directing Federal agencies to adopt electronic invoicing as the primary means to disburse payment to vendors. Invoices submitted under any award resulting from this solicitation will be required to utilize the Invoice Processing Platform (IPP) in accordance with HHSAR 352.232- 71, Electronic Submission and Processing of Payment Requests.



IPP is a secure, web-based electronic invoicing system provided by the U.S. Department of the Treasury’s Bureau of the Fiscal Service, in partnership with the Federal Reserve Bank of St. Louis (FRSTL). Respondents to this solicitation are encouraged to register an account with IPP if they have not already done so. If your organization is already registered to use IPP, you will not be required to re-register- however, we encourage you make sure your organization and designated IPP user accounts are valid and up to date.



Invoice Processing Platform (IPP)



The Indian Health Service (IHS) is in the process of implementing an electronic invoicing system



In compliance with the Office of Management and Budget (OMB) M-15-19 memorandum “Improving Government Efficiency and Saving Taxpayer Dollars Through Electronic Invoicing” directing Federal agencies to adopt electronic invoicing as the primary means to disburse payment to vendors. Invoices submitted under any award resulting from this solicitation will be required to utilize the Invoice Processing Platform (IPP) in accordance with HHSAR 352.232-71, Electronic Submission and Processing of Payment Requests.



IPP is a secure, web-based electronic invoicing system provided by the U.S. Department of the Treasury’s Bureau of the Fiscal Service, in partnership with the Federal Reserve Bank of St. Louis (FRSTL). Respondents to this solicitation are encouraged to register an account with IPP if they have not already done so. If your organization is already registered to use IPP, you will not be required to re-register- however, we encourage you make sure your organization and designated IPP user accounts are valid and up to date.



The IPP website address is: https://www.ipp.gov



If you require assistance registering or IPP account access, please contact the IPP Helpdesk at (866) 973-3131 (M-F 8AM to 6PM ET), or IPPCustomerSupport@fiscal.treasury.gov



“Should the contractor feel that use of the IPP would be unduly burdensome, their response to this solicitation should include an explanation of this position for a determination by the contracting officer”.


Attachments/Links
Contact Information
Contracting Office Address
  • DIVISION OF ACQUISITION MANAGEMENT FEDERAL BLDG 115 4TH AVE SE RM 309
  • ABERDEEN , SD 57401
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 17, 2023 03:31 pm CDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >