Montana Bids > Bid Detail

Certified Registered Nurse Anesthetist (CRNA)

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159119153888709
Posted Date: Apr 26, 2023
Due Date: May 11, 2023
Solicitation No: BFSU-23-039
Source: https://sam.gov/opp/bbb9ae814c...
Follow
Certified Registered Nurse Anesthetist (CRNA)
Active
Contract Opportunity
Notice ID
BFSU-23-039
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
BILLINGS 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-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Apr 26, 2023 04:00 pm MDT
  • Original Date Offers Due: May 11, 2023 02:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Q501 - MEDICAL- ANESTHESIOLOGY
  • NAICS Code:
    • 621399 - Offices of All Other Miscellaneous Health Practitioners
  • Place of Performance:
    Browning , MT 59417
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.



BFSU-23-039 is issued as a request for quotation (RFQ) for Certified Registered Nurse Anesthetist (CRNA) at the IHS Blackfeet Service Unit, Blackfeet Community Hospital, Browning, Montana and the IHS Crow Service Unit, Crow / Northern Cheyenne Hospital, Crow Agency, Montana. This procurement is conducted pursuant to the authority of Federal Acquisition Regulation (FAR) Part 12, Commercial Items in conjunction with FAR part 13, Simplified Acquisition Procedures, FAR 13.5, Simplified Procedures for Certain Commercial Products FAR 37.101, Non-Personal Services Contract; HHSAR Subpart 326.6, Acquisitions Under the Buy Indian Act; Unusual and Compelling Urgency; Personal Services Contracts (Public Law 103-332).



The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02.



Set-Aside Small Businesses



NAICS 621399 – Offices of All Other Miscellaneous Health Practitioners



SB Size Standard $9 million






  1. CONTRACT TYPE



The Billings Area Indian Health Services, anticipates awarding a single Firm Fixed Priced type Purchase Order for Certified Registered Nurse Anesthetist (CRNA) Services at IHS Blackfeet Service Unit, Blackfeet Community Hospital, Browning, Montana and the IHS Crow Service Unit, Crow / Northern Cheyenne Hospital, Crow Agency, Montana




  1. PRICE SCHEDULE



CLIN Description Quantity Unit Unit Price Total Price



1 BFSU CRNA: 5/29/2023 – 6/9/2023 112 HR $___________ $___________



2 CSU CRNA: 6/11/2023 – 6/25/2023 112 HR $___________ $___________



3 CSU CRNA: 7/16/2023 – 7/30/2023 112 HR $___________ $___________



4 CSU CRNA: 7/31/2023 – 8/13/2023 112 HR $___________ $___________



5 OPTION CRNA: from the date of award – 8/31/2023 56 HR $___________ $___________



Grand Total……………………………….………… $____________________






  1. PERIOD OF PERFORMANCE / DELIVERY DATE / ORDERING PERIODS



Performance of this contract is intended to start from date of award through August 31, 2023.




  1. POINTS OF CONTACT (POC)



Purchasing Agent (PA):



Shannon Connelly



Phone: (406) 338-6452



Email: shannon.connelly@ihs.gov



Contracting Officer (CO):



James Mayotte



Phone: (406) 247 -7232



Email: james.mayotte@ihs.gov



BFSU: Contracting Officer’s Representative (COR):



Michael Ksycki D.O.



Phone: (406) 338-6318



Email: michael.ksycki@ihs.gov



CSU: Contracting Officer’s Representative (COR):



Brian Molloy



Phone: (406) 638-3453



Email: brian.molloy@ihs.gov





SECTION C – CONTRACT CLAUSES




  1. FEDERAL ACQUISITION REGULATION (FAR) CLAUSES



52.252-2 Clauses Incorporated by Reference (Feb 1998)



This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: www.acquisition.gov.



CLAUSES INCORPORATED BY REFERENCE



CLAUSE Title Date



52.204-4 Printed or Copied Double-Sided on Postconsumer



Fiber Content Paper May 2011



52.204-9 Personal Identity Verification of Contractor Personnel Jan 2011



52.204-13 System for Award Management Maintenance Oct 2018



52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014



52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Nov 2015



52.211-16 Variation in Quantity Apr 1984



52.212-5 Contract Terms and Conditions Required to Implement Statutes



or Executive Orders – Commercial Items Mar 2023



52.219-8 Utilization of Small Business Concerns Oct 2022



52.219-28 Post-Award Small Business Program Rerepresentation Mar 2023



52.223-5 Pollution Prevention and Right-to-Know Information May 2011



52.223-6 Drug-Free Workplace May 2001



52.224-1 Privacy Act Notification Apr 1984



52.224-2 Privacy Act Apr 1984



52.227-14 Rights in Data – General May 2014



52.227-17 Rights in Data – Special Works Dec 2007



52.229-3 Federal, State, and Local Taxes Feb 2013



52.232-18 Availability of Funds Apr 1984



52.237-3 Continuity of Services Jan 1991



52.242-15 Stop Work Order Aug 1989



52.242-17 Government Delay of Work Apr 1984



52.243-1 Changes – Fixed Price Alternate I (Apr 1984) Aug 1987



52.245-1 Government Property Sep 2021



52.245-9 Use and Charges Apr 2012



52.249-2 Termination for Convenience of the Government Apr 2012





52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)



The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 1 day of contract expiring.






  1. HHSAR CLAUSES



CLAUSES INCORPORATED BY REFERENCE



CLAUSE Title Date



352.215-70 Late Proposals and Revisions DEC 2015



352.239-73 Electronic Information and Technology Accessibility Notice DEC 2015






  1. INVOICE SUBMISSION AND PAYMENT



Invoices shall be submitted through the Invoicing Processing Platform (IPP), 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. The use of IPP shall take precedence over previously established invoicing procedures in accordance with HHSAR 352.232-71, Electronic Submission and Processing of Payment Requests”. The IPP website address is: https://www.ipp.gov. If you require assistance registering or require IPP account access, please contact the IPP Helpdesk at (866) 973-3131 (M-F 8AM to 6PM ET), or IPPCustomerSupport@fiscal.treasury.gov.



Please send a courtesy copy of the invoice by email to Blackfeet Service Unit (BFSU) Michael.ksycki@ihs.gov OR Crow Service Unit (CSU) Brian.Molloy@ihs.gov



Failure to include the required information may delay payment.



Payment willl be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. Payments are made in arrears.






  1. PERSONAL CONTACTS:



Personal contacts include patients, patient’s families, IHS employees, and representatives of other federal organizations and non-federal organizations, and tribal representatives.






  1. CONTRACTING OFFICER AUTHORITY:



Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer.






  1. SUPERVISION & QUALITY CONTROL:



The primary agent/official responsible for monitoring the performance on this contract in a project officer capacity and who will be verifying that all services have been received and delivered will be Michael Ksycki, D.O., Blackfeet Service Unit OR Crow Service Unit (CSU) Brian.Molloy@ihs.gov



Contractor time and attendance logs shall be utilized, kept on file, and verified by the COR. The Contracting Officer, or his/her designated representative is authorized to review by onsite survey, through review of records, or through any other reasonable manner the quality of care rendered under this contract. Adequate records shall be maintained to reflect the accuracy with respect to claims submission as well as for quality of care. The IHS Chart Review Tool shall be used in evaluation of records. The Contractor shall comply with and assist in all Quality Assurance activities necessary for the Government to maintain accreditation.






  1. SPECIAL CONTRACT REQUIREMENTS:



Contractors cannot serve as expert witnesses in any suit against the Federal Government. Many of the IHS patients receiving services may only speak a native language and/or reside on a Native American Reservation, therefore, the Contractor must demonstrate sensitivity to cross-cultural and language differences.



The Privacy Act of 1974 mandates that the Contractor maintain complete confidentiality of all administrative, medical and personnel records, and all other pertinent information that comes to his/her attention or knowledge. The Privacy Act carries both civil and criminal penalties for unlawful disclosure of records. Violation of such confidentiality shall be cause for adverse action. The Contractor shall comply with IHS facility infection control and safety procedures, practices, and standards.



SECURITY CLEARANCE: A CNACI must be completed for all Indian Health Service (IHS) contract personnel. Public Law (P.L.) 101-630, Indian Child Protection and Family Violence Prevention Act, requires the IHS to conduct a criminal history background investigation on all contractors performing services in IHS facilities.



The character and background investigations will be conducted by the Fort Peck Service Unit. Fingerprints must be taken as part of the pre-employment process and must be completed before contractors are allowed to work. This can be coordinated with the Service Unit.





SECTION D – DOCUMENTS, EXHIBITS AND ATTACHMENTS



Attachment Number Title



1 Statement of Work (SOW)



2 IEE Representation Form





SECTION E – SOLICITATION PROVISIONS




  1. FEDERAL ACQUISITION REGULATION (FAR) PROVISIONS



52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)



This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.acquisition.gov.



PROVISIONS INCORPORATED BY REFERENCE



PROVISION Title Date



52.204-7 System for Award Management Oct 2018



52.204-16 Commercial and Government Entity Code Reporting Aug 2020



52.204-17 Ownership or Control of Offeror Aug 2020



52.204-22 Alternative Line Item Proposal Jan 2017



52.209-2 Prohibition on Contracting with Inverted Domestic



Corporations-Representation Nov 2015



52.215-5 Facsimile Proposals Oct 1997



52.222-52 Exemption from Application of the Service Contract Labor Standards



Contracts for Certain Services – Certification May 2014



52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities



or Transactions Relating to Iran – Representation and Certifications Jun 2020





FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)




  • Provision must be completed and returned with the quote.



FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)




  • Provision must be completed in the vendor’s SAM.Gov profile.



FAR 52.212-1 Instructions to Offerors – Commercial Items (Mar 2023)



In order to be considered for award, Offerors must submit the following in order to be considered for award:



1) Quote



Quote should contain technical, past performance and price. At a minimum, they should include the following information:



Technical: Written narrative addressing the technical factors of Management/Understanding the SOW and Key Personnel. Narrative is not to exceed five (5) pages. The Offeror should address the following in their response to Technical:



Management/Understanding of the SOW: Address the following elements:



• Understand the complexity and logistical requirements of the project.



• Clearly show how the aspects of the SOW are to be accomplished.



• Ability to responds to planned and urgent placement requests.



• Ability to meet IHS clearance requirements.



Key Personnel: Must include a list of professional personnel and key employees that will be assigned to this contract.



Past Performance: Written narrative addressing the past performance factors of Relevance and Quality. Offeror must submit at least two (2) and no more than five (5) past performance records. The Offeror should address the following in their response to Past Performance:



Relevance/Quality. Include information on the past performance of the company as it relates to this requirement, in size and scope. Offeror must be able to demonstrate their record of successful performance in past contracts and/or jobs.



Price: A completed pricing schedule as identified in section B of this RFQ, with per unit pricing and a total quoted price.





52.212-2 -- Evaluation -- Commercial Items (Oct 2014)



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. The offers must contain a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. The following factors shall be used to evaluate offers:



(i). TECHNICAL:



The contractor will be evaluated based upon their capabilities as they relate to the requirement and accordance with FAR 52.212-1 management/understanding of the SOW above.



The following are factors related to technical capability and in the order of importance.



(a) License. Offeror must submit a copy of state license.



(b) Resume. Offeror must submit resume with price quote.



(c) Certifications (unexpired) of personnel directly involved in providing services under the contract.



(d) Personnel must show the ability to perform duties with the requirements of the SOW.



(e) Company Past Performance



(f) The personnel must possess the necessary organization, experience, education, and technical skills to perform the work. IHS experience is favorable.



Sub-Factors:



Quality Assurance:



An acceptable approach will identify the actions employed to ensure compliance with performance standards in the SOW. Provide effective measures for candidate placement and procedures that demonstrate compliance with Federal, State, and local laws and regulations. Must show the ability to present candidates that meet IHS clearance requirements.



Customer Service:



An acceptable customer service plan shall address how the offeror will ensure their availability to the requiring department of the IHS facility. Must show the ability to respond to planned and urgent placement requests.



(ii). PAST PERFORMANCE



Sub-Factors:



Relevance/Quality:



The offeror will be evaluated based upon the relevance and quality of past contracts/jobs performed and general trends in the contractor’s performance will be considered. Each offeror will be evaluated on its performance under existing and prior contracts/jobs. The offeror must include at least three contracts/jobs that are related to this contract.



Include the following information:



(a) Name of Government agency/Company



(b) Contract Number, if applicable



(c) Dates of Service/Employment



(d)Total contract value/hourly wage



(e) Description of contract work/Job duties



(f) Contracting Officer/Company Manager and telephone number



(g) Program Manager and telephone, if applicable.



NOTE: The Government reserves the right to contact any reference provided by the offeror in evaluating the offeror’s past performance. Furthermore, the Government reserves the right to use any information that comes to the attention of the Government in evaluating the offeror.



(iii). PRICE:



Total evaluated price will be calculated for evaluation purposes only and used to assist in determining the best value to the Government. The total evaluated price will be evaluated as follows:




  • Price Reasonableness: Determination whether it is reasonable and if the quotation reflects an understanding of the requirement. Price competition is expected to support the determination of reasonableness. This factor will be evaluated as identified in FAR Part 15.305(a)(1).



All evaluation factors other than cost or price, when combined, are approximately equal to cost or price.



Best Value-Trade Offs: The Government reserves the right to make an award to other than the low priced quoter if another superior technical submission, or a submission indicating a reduced performance risk, warrants paying a premium. As non-price factors are evaluated closer to one another between quotes, price will become more significant. Furthermore, the Government reserves the right to award no order at all, depending on the quality of the quotes, the availability of funding and the continued existence of the requirement.





FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Feb 2021)




  • Provision must be completed in the vendor’s SAM.Gov profile.




  1. HHSAR PROVISIONS



PROVISIONS INCORPORATED BY REFERENCE



PROVISION Title Date



352.215-70 Late Proposals and Revisions DEC 2015



352.239-73 Electronic Information and Technology Accessibility Notice DEC 2015





PROPOSAL SUBMISSION INSTRUCTIONS:



Proposals will only be accepted via email to shannon.connelly@ihs.gov in response to this RFQ. ACCEPTANCE PERIOD: Your proposal 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 90 days from the date of receipt by the Government. Any response to this notice must be received by 5/11/23 at 2:00 pm MDT. No telephone inquiries will be accepted. Responses can be directed to Billings Area/Blackfeet Service Unit, Shannon Connelly, Purchasing Agent shannon.connelly@ihs.gov






Attachments/Links
Contact Information
Contracting Office Address
  • 2900 FOURTH AVE. NORTH - PO BOX 366
  • BILLINGS , MT 59107
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 26, 2023 04:00 pm MDTCombined 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 >