Montana Bids > Bid Detail

Orthopedic Physician/Midlevel Clinic

Agency:
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159795158970279
Posted Date: Oct 3, 2023
Due Date: Oct 13, 2023
Source: https://sam.gov/opp/5ab67b66ae...
Follow
Orthopedic Physician/Midlevel Clinic
Active
Contract Opportunity
Notice ID
75H709NC24Q-009
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: Oct 03, 2023 10:44 am MDT
  • Original Date Offers Due: Oct 13, 2023 05:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Oct 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Q513 - MEDICAL- ORTHOPEDIC
  • NAICS Code:
    • 621111 - Offices of Physicians (except Mental Health Specialists)
  • Place of Performance:
    Lame Deer , MT 59043
    USA
Description

SECTION B – CONTINUATION



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.





75H709NC24Q-009 is issued as a request for quotation (RFQ) for Orthopedic Clinics at the Northern Cheyenne Service Unit (NCSU) in Lame Deer, Montana. This procurement is conducted pursuant to the authority of Federal Acquisition Regulation (FAR) Part 12, Commercial Items in conjunction with FAR Part 13.5, Simplified Procedures for Certain Commercial Products and FAR 37.4, Non-Personal Healthcare Services Contracts and HHSAR Subpart 326.6, Acquisitions Under the Buy Indian Act.





The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05.



This solicitation is being issued as full and open competition with no set-asides.




  1. CONTRACT TYPE



The Billings Area Indian Health Services, anticipates awarding a single Firm Fixed Priced type Purchase Order for Orthopedic Clinics at the NCSU.




  1. PRICE SCHEDULE





CLIN



Description



Quantity



Unit



Unit Price



Total Price



1



Base Year: Orthopedic Clinics



36



EA



$___________



$___________



2



Option Year 1: Orthopedic Clinics



36



EA



$___________



$___________



3



Option Year 2: Orthopedic Clinics



36



EA



$___________



$___________



4



Option Year 3: Orthopedic Clinics



36



EA



$___________



$___________



5



Option Year 4: Orthopedic Clinics



36



EA



$___________



$___________



GRAND TOTAL AMOUNT:



$








  1. PERIOD OF PERFORMANCE



Performance of this contract is intended to start 12 months from date of award with four (4) 12-month option years.





If the Government exercises the options pursuant to Federal Acquisition Regulation (FAR) 52.217-9, Option to Extend the Term of the Contract (MAR 2000), the period of performance shall be extended in accordance with the following schedule:





Year Option Period



Option Year 1 TBD



Option Year 2 TBD



Option Year 3 TBD



Option Year 4 TBD






  1. POINTS OF CONTACT (POC)



Contracting Officer (CO)



Tanya Schwab



Phone: 406-247-7064



Email: Tanya.Schwab@ihs.gov



Contracting Officer’s Representative (COR)



Torrey Darkenwald



Phone: 406-447-4429



Email: Torrey.Darkenwald@ihs.gov



Contractor’s Point of Contact



TBD



Phone:



Email:







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.





(End of clause)





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



52.212-4



Contract Terms and Conditions – Commercial Products and Commercial Services



Dec 2022



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



52.237-7



Indemnification and Medical Liability Insurance



Jan 1997



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



















Clauses Incorporated by full text





52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Jun 2020)





(a) This contract and employees working on this contract will be subject to the whistleblower rights and remedies in the pilot program on Contractor employee whistleblower protections established at 41 U.S.C. 4712 by section 828 of the National Defense Authorization Act for Fiscal Year 2013 (Pub. L. 112-239) and FAR 3.908.



(b) The Contractor shall inform its employees in writing, in the predominant language of the workforce, of employee whistleblower rights and protections under 41 U.S.C. 4712, as described in section 3.908 of the Federal Acquisition Regulation.



(c) The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts over the simplified acquisition threshold.





(End of clause)





52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items. (JUN 2023)



(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:



(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).



(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) (Section 1634 of Pub. L. 115-91).



(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).



(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).



(5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) ( 31 U.S.C. 3903 and 10 U.S.C. 3801).



(6) 52.233-3, Protest After Award (Aug 1996) ( 31 U.S.C. 3553).



(7) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note)).



(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:



[Contracting Officer check as appropriate.]



X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) ( 41 U.S.C. 4704 and 10 U.S.C. 4655).



__ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) ( 41 U.S.C. 3509)).



__ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)



X__ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) ( 31 U.S.C. 6101 note).



__ (5) [Reserved].



__ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).



__ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).



__ (8) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328).



X__ (9) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) ( 31 U.S.C. 6101 note).



__ (10) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) ( 41 U.S.C. 2313).



__ (11) [Reserved].



__ (12) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Oct 2022) ( 15 U.S.C. 657a).



__ (13) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer) ( 15 U.S.C. 657a).



__ (14) [Reserved]



__ (15) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) ( 15 U.S.C. 644).



__ (ii) Alternate I (Mar 2020) of 52.219-6.



__ (16) (i) 52.219-7, Notice of Partial Small Business Set-Aside (Nov 2020) ( 15 U.S.C. 644).



__ (ii) Alternate I (Mar 2020) of 52.219-7.



_X_ (17) 52.219-8, Utilization of Small Business Concerns (Oct 2022) ( 15 U.S.C. 637(d)(2) and (3)).



__ (18) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2022) ( 15 U.S.C. 637(d)(4)).



__ (ii) Alternate I (Nov 2016) of 52.219-9.



__ (iii) Alternate II (Nov 2016) of 52.219-9.



__ (iv) Alternate III (Jun 2020) of 52.219-9.



__ (v) Alternate IV (Sep 2021) of 52.219-9.



__ (19) (i) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) ( 15 U.S.C. 644(r)).



__ (ii) Alternate I (Mar 2020) of 52.219-13.



__ (20) 52.219-14, Limitations on Subcontracting (Oct 2022) ( 15 U.S.C. 637s).



__ (21) 52.219-16, Liquidated Damages—Subcontracting Plan (Sep 2021) ( 15 U.S.C. 637(d)(4)(F)(i)).



__ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Oct 2022) ( 15 U.S.C. 657f).



__ (23) (i) 52.219-28, Post Award Small Business Program Rerepresentation (Mar 2023)( 15 U.S.C. 632(a)(2)).



__ (ii) Alternate I (Mar 2020) of 52.219-28.



_X_ (24) 52.219-29, Notice of Set-Aside for, or Sole-Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Oct 2022) ( 15 U.S.C. 637(m)).



__ (25) 52.219-30, Notice of Set-Aside for, or Sole-Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Oct 2022) ( 15 U.S.C. 637(m)).



__ (26) 52.219-32, Orders Issued Directly Under Small Business Reserves (Mar 2020) ( 15 U.S.C. 644(r)).



__ (27) 52.219-33, Nonmanufacturer Rule (Sep 2021) ( 15U.S.C. 637(a)(17)).



X__ (28) 52.222-3, Convict Labor (Jun 2003) (E.O.11755).



__ (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Dec 2022) (E.O.13126).



__ (30) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).



__ (31) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246).



__ (ii) Alternate I (Feb 1999) of 52.222-26.



__ (32) (i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) ( 38 U.S.C. 4212).



__ (ii) Alternate I (Jul 2014) of 52.222-35.



_X_ (33) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) ( 29 U.S.C. 793).



__ (ii) Alternate I (Jul 2014) of 52.222-36.



__ (34) 52.222-37, Employment Reports on Veterans (Jun 2020) ( 38 U.S.C. 4212).



_X_ (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).



X__ (36) (i) 52.222-50, Combating Trafficking in Persons (Nov 2021) ( 22 U.S.C. chapter 78 and E.O. 13627).



__ (ii) Alternate I (Mar 2015) of 52.222-50 ( 22 U.S.C. chapter 78 and E.O. 13627).



X__ (37) 52.222-54, Employment Eligibility Verification (May 2022) (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial products or commercial services as prescribed in FAR 22.1803.)



__ (38) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) ( 42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)



__ (ii) Alternate I (May 2008) of 52.223-9 ( 42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)



__ (39) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693).



__ (40) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).



__ (41) (i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514).



__ (ii) Alternate I (Oct 2015) of 52.223-13.



__ (42) (i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (Jun 2014) (E.O.s 13423 and 13514).



__ (ii) Alternate I (Jun2014) of 52.223-14.



__ (43) 52.223-15, Energy Efficiency in Energy-Consuming Products (May 2020) ( 42 U.S.C. 8259b).



__ (44) (i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514).



__ (ii) Alternate I (Jun 2014) of 52.223-16.



__ (45) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513).



__ (46) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).



__ (47) 52.223-21, Foams (Jun2016) (E.O. 13693).



__ (48) (i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a).



__ (ii) Alternate I (Jan 2017) of 52.224-3.



__ (49) (i) 52.225-1, Buy American-Supplies (Oct 2022) ( 41 U.S.C. chapter 83).



__ (ii) Alternate I (Oct 2022) of 52.225-1.



__ (50) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (Dec 2022) ( 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, 19 U.S.C. chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.



__ (ii) Alternate I [Reserved].



__ (iii) Alternate II (Dec 2022) of 52.225-3.



__ (iv) Alternate III (Jan 2021) of 52.225-3.



__ (v) Alternate IV (Oct 2022) of 52.225-3.



__ (51) 52.225-5, Trade Agreements (Dec 2022) ( 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).



__ (52) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).



__ (53) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note).



__ (54) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) ( 42 U.S.C. 5150).



__ (55) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov2007) ( 42 U.S.C. 5150).



__ (56) 52.229-12, Tax on Certain Foreign Procurements (Feb 2021).



__ (57) 52.232-29, Terms for Financing of Purchases of Commercial Products and Commercial Services (Nov 2021) ( 41 U.S.C. 4505, 10 U.S.C. 3805).



__ (58) 52.232-30, Installment Payments for Commercial Products and Commercial Services (Nov 2021) ( 41 U.S.C. 4505, 10 U.S.C. 3805).



X__ (59) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) ( 31 U.S.C. 3332).



__ (60) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) ( 31 U.S.C. 3332).



__ (61) 52.232-36, Payment by Third Party (May 2014) ( 31 U.S.C. 3332).



__ (62) 52.239-1, Privacy or Security Safeguards (Aug 1996) ( 5 U.S.C. 552a).



__ (63) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) ( 15 U.S.C. 637(d)(13)).



__ (64) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.C. 2631).



__ (ii) Alternate I (Apr 2003) of 52.247-64.



__ (iii) Alternate II (Nov 2021) of 52.247-64.



(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:



[Contracting Officer check as appropriate.]



__ (1) 52.222-41, Service Contract Labor Standards (Aug 2018) ( 41 U.S.C. chapter67).



__ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) ( 29 U.S.C. 206 and 41 U.S.C. chapter 67).



__ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) ( 29 U.S.C. 206 and 41 U.S.C. chapter 67).



__ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) ( 29U.S.C.206 and 41 U.S.C. chapter 67).



__ (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) ( 41 U.S.C. chapter 67).



X__ (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) ( 41 U.S.C. chapter 67).



__ (7) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022).



__ (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).



__ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) ( 42 U.S.C. 1792).



(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.



(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract.



(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.



(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.



(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1), in a subcontract for commercial products or commercial services. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-



(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) ( 41 U.S.C. 3509).



(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).



(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) (Section 1634 of Pub. L. 115-91).



(iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).



(v) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328).



(vi) 52.219-8, Utilization of Small Business Concerns (Oct 2022) ( 15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.



(vii) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).



(viii) 52.222-26, Equal Opportunity (Sep 2015) (E.O.11246).



(ix) 52.222-35, Equal Opportunity for Veterans (Jun 2020) ( 38 U.S.C. 4212).



(x) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) ( 29 U.S.C. 793).



(xi) 52.222-37, Employment Reports on Veterans (Jun 2020) ( 38 U.S.C. 4212).



(xii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.



(xiii) 52.222-41, Service Contract Labor Standards (Aug 2018) ( 41 U.S.C. chapter 67).



(xiv)



(A) 52.222-50, Combating Trafficking in Persons (Nov 2021) ( 22 U.S.C. chapter 78 and E.O 13627).



(B) Alternate I (Mar 2015) of 52.222-50 ( 22 U.S.C. chapter 78 and E.O. 13627).



(xv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) ( 41 U.S.C. chapter 67).



(xvi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) ( 41 U.S.C. chapter 67).



(xvii) 52.222-54, Employment Eligibility Verification (May 2022) (E.O. 12989).



(xviii) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022).



(xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).



(xx)



(A) 52.224-3, Privacy Training (Jan 2017) ( 5 U.S.C. 552a).



(B) Alternate I (Jan 2017) of 52.224-3.



(xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note).



(xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) ( 42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.



(xxiii) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) ( 31 U.S.C. 3903 and 10 U.S.C. 3801). Flow down required in accordance with paragraph (c) of 52.232-40.



(xxiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.



(2) While not required, the Contractor may include in its subcontracts for commercial products and commercial services a minimal number of additional clauses necessary to satisfy its contractual obligations.



(End of clause)



Alternate I (Feb 2000). As prescribed in 12.301 (b)(4)(i), delete paragraph (d) from the basic clause, redesignate paragraph (e) as paragraph (d), and revise the reference to "paragraphs (a), (b), (c), or (d) of this clause" in the redesignated paragraph (d) to read "paragraphs (a), (b), and (c) of this clause".



Alternate II (Jun 2023). As prescribed in 12.301 (b)(4)(ii), substitute the following paragraphs (d)(1) and (e)(1) for paragraphs (d)(1) and (e)(1) of the basic clause as follows:



(d)(1) The Comptroller General of the United States, an appropriate Inspector General appointed under section 3 or 8 G of the Inspector General Act of 1978 ( 5 U.S.C. App.), or an authorized representative of either of the foregoing officials shall have access to and right to—



(i) Examine any of the Contractor’s or any subcontractors’ records that pertain to, and involve transactions relating to, this contract; and



(ii) Interview any officer or employee regarding such transactions.



(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), and (c), of this clause, the Contractor is not required to flow down any FAR clause in a subcontract for commercial products or commercial services, other than—



(i) Paragraph (d) of this clause. This paragraph flows down to all subcontracts, except the authority of the Inspector General under paragraph (d)(1)(ii) does not flow down; and



(ii) Those clauses listed in this paragraph (e)(1). Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-



(A) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) ( 41 U.S.C. 3509).



(B) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5).



(C) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) (Section 1634 of Pub. L. 115-91).



(D) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).



(E) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328).



(F) 52.219-8, Utilization of Small Business Concerns (Oct 2022) ( 15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.



(G) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).



(H) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).



(I) 52.222-35, Equal Opportunity for Veterans (Jun 2020) ( 38 U.S.C. 4212).



(J) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) ( 29 U.S.C. 793).



(K) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.



(L) 52.222-41, Service Contract Labor Standards (Aug 2018) ( 41 U.S.C. chapter 67).



(M) __ (1) 52.222-50, Combating Trafficking in Persons (Nov 2021) ( 22 U.S.C. chapter 78 and E.O 13627).



__ (2) Alternate I (Mar 2015) of 52.222-50 ( 22 U.S.C. chapter 78 and E.O. 13627).



(N) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) ( 41 U.S.C. chapter 67).



(O) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) ( 41 U.S.C. chapter 67).



(P) 52.222-54, Employment Eligibility Verification (May 2022) (Executive Order 12989).



(Q) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022).



(R) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).



(S)__ (1) 52.224-3, Privacy Training (Jan 2017) ( 5 U.S.C. 552a).



__ (2) Alternate I (Jan 2017) of 52.224-3.



(T) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note).



(U) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Jun 2020) ( 42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.



(V) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) ( 31 U.S.C. 3903 and 10 U.S.C. 3801). Flow down required in accordance with paragraph (c) of 52.232-40.



(W) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.





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.



(End of Clause)





52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)



(a) The Government may extend the term of this contract by written notice to the Contractor within 10 days of contract expiring; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 days before the contract expires. The preliminary notice does not commit the Government to an extension.



(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.



(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years.



(End of Clause)










  1. HHSAR CLAUSES





CLAUSES INCORPORATED BY REFERENCE



CLAUSE



Title



Date



315.215-70



Late Proposals and Revisions



DEC 2015



352.222-70



Contractor Cooperation in Equal Employment Opportunity Investigations



DEC 2015



352.223-70



Safety and Health



DEC 2015



352.224-70



Privacy Act



DEC 2015



352.224-71



Confidential Information



DEC 2015



352.226-1



Indian Preference



DEC 2015



352.226-3



Native American Graves Protection and Repatriation Act



DEC 2015



352.232-71



Electronic Submission of Invoice Payment Requests



FEB 2022



352.237-70



Pro-Children Act



DEC 2015



352.237-71



Crime Control Act – Reporting of Child Abuse



DEC 2015



352.237-72



Crime Control Act – Requirement for Background Checks



DEC 2015



352.237-73



Indian Child Protection and Family Violence Act



DEC 2015



352.237-74



Non-Discrimination in Service Delivery



DEC 2015



352.239-74



Electronic and Information Technology Accessibility



DEC 2015














  1. INVOICE SUBMISSION AND PAYMENT





Invoices shall be submitted through 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.



Failure to include the required information may delay payment.



Payment shall 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 this procurement in a project officer capacity and who will be verifying that all supplies and/or services have been received and delivered will be Torrey Darkenwald, Clinical Services Administrator, Northern Cheyenne Service Unit.






  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.










  1. NON-PERSONAL HEALTHCARE SERVICE CONTRACT :



This procurement is a non-personal Healthcare service contract, as defined in FAR 37.101, under which the Contractor is an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over the medical and professional aspects of services rendered (e.g., professional judgments, diagnosis for specific medical treatment). The Contractor shall indemnify the Government for any liability producing acts or omissions by the Contractor, its employees and agents occurring during contract performance. The Contractor shall maintain medical liability insurance, which is not less than the amount normally prevailing within the local community for the medical specialty concerned. The Contractor is required to ensure that its subcontracts for provisions of Healthcare services contain the requirements of the clause at 52.237-7, Indemnification and Medical Liability Insurance (Jan 1997).







SECTION D – DOCUMENTS, EXHIBITS AND ATTACHMENTS





Attachment Number



Title



Notes



1



Statement of Work (SOW)





2



Price Schedule 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.





(End of provision)





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-Representations



NOV 2015



52.215-5



Facsimile Proposals



OCT 1997



52.222-52



Exemption form Application of the Service Contract Labor Standards Contracts for Certain Services - Certification



MAY 2014





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)





1) Quote Format





Offerors shall submit three (3) volumes: a technical, past performance and price volume; each clearly marked as such. At a minimum they should include the following information:





Technical - Volume I



Written technical proposal that addresses the technical factors. The offeror should address the following in their response to Technical:




  • Management

  • Quality Assurance

  • Customer Service

  • Key Personnel





Past Performance - Volume II



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





Relevance/Quality. Include information on the past performance of the contractor 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 - Volume III



A completed pricing schedule as identified in section B of this RFQ, with per unit pricing and a total quoted price. See attachment #3





2) Quote Due Date





All quotes in response to this opportunity are due no later than 5pm (MST) on October 13, 2023. Quotes will only be accepted via electronic mail and must be emailed to the CS at Tanya.Schwab@ihs.gov by the closing date/time. The subject line must include the RFQ number.







4) Offer Requirements





The offer 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.





(End of Provision)







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, as well as their understanding of the project.





Sub-Factors:





Management:



An acceptable approach will demonstrate the offeror’s ability to support the Government’s requirements for the specified candidate placement.





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.





Key Personnel:



Acceptable candidate(s) shall meet or exceed the requirements established in the Statement of Work.





(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. More recent and more relevant performance has a greater impact in the Performance Confidence assessment than less recent and less relevant performance. The Government will perform an independent determination of relevancy of the data provided or obtained.



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.





Performance Confidence:



As a result of the relevancy and quality assessments of the past contracts/jobs evaluated, the offeror will be assigned a confidence rating to their Past Performance factor. It is the Government’s assessment of the offeror’s probability of meeting the requirements of the project based on the offeror’s experience level to projects similar in size and scope to this requirement.





(iii). PRICE:



Prices contained in the price schedule must reflect total compensation for the services and must be fully inclusive of all costs including labor, travel, lodging, transportation, per diem, overhead, expenses, taxes, profit, et cetera.





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).

  • Balanced Pricing: Unbalanced pricing is referenced at FAR Part 15.404-1(g).



Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or underestimated as indicated by the application of analysis techniques. Offerors are cautioned that offers that are determined to be "materially unbalanced" may result in the offer being rejected because the lack of balance poses an unacceptable risk to the Government.



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.





(End of Provision)







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












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
  • Oct 03, 2023 10:44 am 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 >