New Mexico Bids > Bid Detail

RN Nursing Services - Emergency Room Nursing Department

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159590705513541
Posted Date: Nov 8, 2022
Due Date: Nov 22, 2022
Solicitation No: IHS1461923
Source: https://sam.gov/opp/b3434724cc...
Follow
RN Nursing Services - Emergency Room Nursing Department
Active
Contract Opportunity
Notice ID
IHS1461923
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
NAVAJO 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-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Nov 08, 2022 11:05 am MST
  • Original Date Offers Due: Nov 22, 2022 02:00 pm MST
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 25, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: Q401 - MEDICAL- NURSING
  • NAICS Code:
    • 561320 - Temporary Help Services
  • Place of Performance:
    Crownpoint , NM 87313
    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.



Solicitation no. IHS1461923 is issued as a Request for Quotation (RFQ).



This solicitation document incorporates provisions and clauses that are those in effect through Federal Acquisition Circular (FAC) 2022-06 Effective May 26, 2022



This solicitation is a 100% Buy Indian set aside under North American Industry Classification System (NAICS) code 561320 with an associated small business size standard of $30.0 Million.



**THIS IS A BUY INDIAN SET ASIDE per Buy Indian Act, 25 U.S.C. 47 and only quotes from Buy Indian small businesses will be accepted.



SCHEDULE OF ITEMS

CLIN NO. Description Quantity Unit Price Extended Price

1. Base Period – 13 weeks

RN Services 650 Hrs.

RN Services 650 Hrs.

2. Option 1 – 13 weeks

RN Services 650 Hrs.

RN Services 650 Hrs.

3. Option 2 – 13 weeks

RN Services 650 Hrs.

RN Services 650 Hrs.

4. Option 3 – 13 weeks

RN Services 650 Hrs.

RN Services 650 Hrs.

5. Option 4 – 13 weeks

RN Services 650 Hrs.

RN Services 650 Hrs.

TOTAL



This is for a Non-Personal Service Contract for a Contractor to provide Registered Nurse Services to the Emergency Room Department, Crownpoint Healthcare Facility (CPHF), Navajo Area Indian Health Service (IHS) throughout the duration of the contract period of performance. Services shall be performed in accordance with the attached Performance Work Statement (PWS). Refer to the PWS for shift hours. The assignment is through the stated period of performance or until the position is filled with a permanent hire. In such instances, the provider will be released from contract assignment.



The Government intends to award a Firm Fixed Priced Labor-hour Non-personal Service Performance Base Contract with Base Plus Option Periods.



Base Period: 01/01/2023 to 03/31/2023

First Option Period: 04/01/2023 to 06/30/2023

Second Option Period: 07/01/2023 to 09/30/2023

Third Option Period: 10/01/2023 to 12/31/2023



Fourth Option Period: 01/01/2024 to 03/31/2024



Each period will cover 13 weeks on an As-Needed Coverage (40-50 hours per week), including weekends and holidays. The Government DOES NOT guarantee a specific shift to any individual(s). It will greatly depend on patient case load. NOTE: At the time of this announcement almost Full Coverage is needed, and the ability for contractor(s) to provide the capabilities of providing substitute providers in case of sudden absences.



The Contractor shall provide an all-inclusive rate, and is responsible for all costs associated with providing said services, i.e. travel, per diem, lodging/housing, etc. The Contractor shall be responsible for housing respective providers if there are no government quarters available. Upon selection, the provider will be placed on a waiting list to acquire Government quarters. If Government housing becomes available, the provider shall contact the CPHF Housing Manager, to submit a housing application and make rental/payment arrangements; telephone number 505-786-6497.





The provision at 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (NOV 2021), applies to this acquisition. Addenda are included.

The following addenda also apply. Offerors must read and follow these additional instructions to receive consideration.

1. System for Award Management (SAM) Registration: FAR 4.1102 Policy - Offerors are required to be registered in SAM at the time an offer or quote is submitted in order to comply with the annual representations and certifications requirements.

2. Technical Proposal and Past Performance Information: Offerors should submit resumes, curricula vitae, and/or a written narrative that thoroughly addresses all three (3) non-price evaluations factors listed in the Evaluation Factors section below. The narrative should be supported by evidence that gives credibility to the statements made by the offerors and in turn gives the Government enough information to understand and gain confidence in what the offeror is stating. There is no limit on the length of the narrative, but should be of a reasonable length and well supported.

3. Price Quote: Submit unit and extended pricing for each Contract Line Item Number (CLIN) listed. Pricing must be provided for every CLIN.

4. Provide complete Candidate Profile: Curriculum vitae, resumes, licensures, and all relative documents. Evidence of Provider's Experience of comparable scope and complexity in providing services within the past three (3) years for proposed candidates.



Only one copy of the quote, profiles of providers and technical/past performance is required to be submitted. Quotes can be submitted by email.

The provision at 52.212-2, Evaluation – Commercial Products and Commercial Services (NOV 2021), applies to this acquisition. The following factors shall be used to evaluate quotes:



The Government reserves the right to issue a single award or multiple awards to contractor(s) whose quote represents the best value as defined by FAR 2.101. In determining best value, Price and other Evaluation Factors will be considered: Past Performance, Experience, and Qualifications of the provider. The Evaluation Factors and significant sub factors when combined are significantly more important than cost or price. As part of the evaluation process, candidates may be interviewed to ensure their understanding of the PWS and to verify their qualifications to perform required services. The socio-economic status of an offer may also be considered, should one or more quotes represent the best value. The Following factors shall be used to evaluate quotes:



1) Minimum Requirements: Only proposals received from offerors meeting the following minimum requirements shall be considered:

a. Experience: The Contractor shall have thirty-six {36) months of nursing experience, with a minimum of two (2) years in the specialty required by the· contract, unless otherwise approved by the Contracting Officer.



b. License/Registration: All nurses shall possess a current, valid, unrestricted nursing license in a state, the District of Columbia, the Commonwealth of Puerto Rico, or a Territory of the United States, throughout the term of this contract.



c. Motor Vehicle Operator's License: If required by the position, the Contractor shall possess a valid state driver's license throughout the term of this contract.



d. Certifications: Current Basic Life Support (BLS) is mandatory for all specialties. Pediatric Advanced Life Support (PALS), Newborn Life Support (NLS), Advanced Trauma Care Nurse (ATCN) or Trauma Nurse Critical Care (TNCC), and Advanced Cardiac Life Support (ACLS) are required for each appropriate duty section at the time of selection for contract award. The contractor shall ensure that the contract nurse's certifications remain valid throughout the term of this contract.



2) Technical Evaluation Factors: Offerors whose proposals show that they meet the foregoing minimum requirements shall be evaluated on the basis of the following technical factors which are listed in descending order of importance, with the combination of all such technical factors significantly more important than price:

i) Shift Coverage:

(1) Performing almost or 100% of consecutive day’s coverage.

(2) Substitute providers in case of sudden absences.

ii) Key Personnel:

(1) Two (2) References for each submitted contracted RN

(2) Availability of start date to end of contract.

(3) Interview with submitted contracted RN

iii) Past Performance:

(1) Percentage of Shift Coverage completed

(2) Dollar Amounts



3) Price:

i) The overall cost to the Crownpoint Healthcare Facility is an important factor, but when all evaluation factors other than cost or price, when combined are significantly more important than cost or price.



**Email offers directly to the Contract Specialist (CS) for this action: Brenda Joe, Contract Specialist; Phone number: (505) 786-6217; Email address: brenda.joe@ihs.gov.



***Questions will only be accepted in writing via email between November 12, 2022 to November 15, 2022. Answers will be posted Thursday, November 17, 2022. ***



PRE-SECURITY/FINGERPRINTING CLEARANCE:

The selected provider shall comply with Agency Personal Identity Verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) Guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201; this includes fingerprinting guidelines. Pre-Security/Fingerprinting must be cleared prior to starting tour of duty and incurring costs. If provider is selected, then the Contractor and provider shall provide the following Pre-Security/Fingerprinting documents.

1) Complete Resume

2) OIG Clearance

3) Licenses/Certifications (ACLS, PALS, BLS, TNCC, Diplomas etc.)

4) Copy of school transcripts

5) Declaration of Federal Employment (Typed/Original Signature)

6) Child Addendum (Typed/Original Signature)

7) OFI Form 86C

The selected Contractor's provider(s) will be subject to a pre-employment fingerprint check and background investigation.

The selected Contractor's provider(s) are required to acquire pre-security and fingerprint clearance prior to beginning their tour of duty and incurring costs.

Offerors must include with their quote a completed copy of the provision at 52.212-3 Offeror Representations and Certifications – Commercial Products and Commercial Services (NOV 2021).



The following Federal Acquisition Regulation provisions also apply:

52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING/ AUG 2020

52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT./ OCT 2020

52.216-31 TIME-AND-MATERIALS/LABOR-HOUR PROPOSAL REQUIREMENTS – COMMERCIAL ITEM ACQUISITION/ FEB 2007

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE

www.acquisition.gov/browse/index/far, www.acquisition.gov/hhsar./ FEB 1998

52.212-4 CONTRACT TERMS AND CONDITIONS- COMMERCIAL ITEMS ALTERNATE I (JAN 2017) OCT 2018





The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Commercial Services (JAN 2022), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition:





Clause No. Clause Name/ Clause Date

52.203-6 Restrictions on Subcontractor Sales to the Government/ Jun 2020

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards/ Jun 2020

52.204-14 Service Contract Reporting Requirements/ Oct 2016

52.209-6 Protecting the Governments’ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment./ Nov 2021

52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters/ Oct 2018

52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns/ Mar 2020

52.219-8 Utilization of Small Business Concerns/ Oct 2018

52.219-9 Small Business Subcontracting Plan/ Jun 2020

52.219-14 Limitations on Subcontracting/ DEVATION 2019-01

52.219-16 Liquidated Damages-Subcontracting Plan./ Jan 1999

52.219-28 Post Award Small Business Program Re-representation./ Nov 2020

52.222-3 Convict Labor/ Jun 2003

52.222-21 Prohibition of Segregated Facilities/ Apr 2015

52.222-26 Equal Opportunity/ Sep 2016

52.222-35 Equal Opportunity for Veterans/ Jun 2020

52.222-36 Equal Opportunity for Workers with Disabilities/ Jun 2020

52.222-37 Employment Reports on Veterans/ Jun 2020

52.222-40 Notification of Employee Rights Under the National Labor Relations Act/ Dec 2010

52.222-50 Combating Trafficking in Persons/ Oct 2020

52.222-54 Employment Eligibility Verification/ Oct 2015

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving/ Jun 2020

52.224-3 Privacy Training/ Jan 2017

52.225-13 Restrictions on Certain Foreign Purchases/ Jun 2008

52.232-33 Payment by Electronic Funds Transfer-System for Award Management./ Oct 2018



The following Federal Acquisition Regulation clauses also apply:

52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL/ JAN 2011

52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE/ OCT 2018

52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE/ AUG 2020

52.232-18 AVAILABILITY OF FUNDS/ APR 1984

52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS/ DEC 2013

52.237-2 PROTECTION OF GOVERNMENT BUILDING, EQUIPMENT, AND VEGETATION/ APR 1984

52.237-3 CONTINUITY OF SERVICES/ JAN 1991

52.252-2 CLAUSES INCORPORATED BY REFERENCE www.acquisition.gov/browse/index/far, www.acquisition.gov/hhsar/ FEB 1998





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 30 days.

(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 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 12 months.

(End of clause)



52.237-7 INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE/ JAN 1997



(a)It is expressly agreed and understood that this is a non-personal services contract, as defined in Federal Acquisition Regulation (FAR) 37.101, under which the professional services rendered by the Contractor are rendered in its capacity as an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over professional aspects of the services rendered, including by example, the Contractor’s professional medical judgment, diagnosis, or specific medical treatments. The Contractor shall be solely liable for and expressly agrees to indemnify the Government with respect to any liability producing acts or omissions by it or by its employees or agents. The Contractor shall maintain during the term of this contract liability insurance issued by a responsible insurance carrier of not less than the following amount(s) per specialty per occurrence: $1,000,000.00.

(b)An apparently successful offeror, upon request by the Contracting Officer, shall furnish prior to contract award evidence of its insurability concerning the medical liability insurance required by paragraph (a) of this clause.

(c)Liability insurance may be on either an occurrences basis or on a claims-made basis. If the policy is on a claims-made basis, an extended reporting endorsement (tail) for a period of not less than 3 years after the end of the contract term must also be provided.

(d)Evidence of insurance documenting the required coverage for each health care provider who will perform under this contract shall be provided to the Contracting Officer prior to the commencement of services under this contract. If the insurance is on a claims-made basis and evidence of an extended reporting endorsement is not provided prior to the commencement of services, evidence of such endorsement shall be provided to the Contracting Officer prior to the expiration of this contract. Final payment under this contract shall be withheld until evidence of the extended reporting endorsement is provided to the Contracting Officer.

(e)The policies evidencing required insurance shall also contain an endorsement to the effect that any cancellation or material change adversely affecting the Government’s interest shall not be effective until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer. If, during the performance period of the contract the Contractor changes insurance providers, the Contractor must provide evidence that the Government will be indemnified to the limits specified in paragraph (a) of this clause, for the entire period of the contract, either under the new policy, or a combination of old and new policies.

(f)The Contractor shall insert the substance of this clause, including this paragraph (f), in all subcontracts under this contract for health care services and shall require such subcontractors to provide evidence of and maintain insurance in accordance with paragraph (a) of this clause. At least 5 days before the commencement of work by any subcontractor, the Contractor shall furnish to the Contracting Officer evidence of such insurance.

(End of clause)





The following Department of Health and Human Services Acquisition Regulation clauses incorporated by reference also apply:

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

352.226-2 INDIAN PREFERENCE PROGRAM/ DEC 2015

352.237-70 PRO-CHILDREN ACT/ DEC 2015

352.237-70 CRIME CONTROL ACT – REPORTING OF CHILD ABUSE/ DEC 2015

352.237-72 CRIME CONTROL ACT – REQUIREMENTS 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





352.237-75 KEY PERSONNEL/ DEC 2015



The key personnel specified in this contract are considered to be essential to work performance. At least 30 days prior to the contractor voluntarily diverting any of the specified individuals to other programs or contracts, the Contractor shall notify the Contracting Officer and shall submit a justification for the diversion or replacement and a request to replace the individual. The request must identify the proposed replacement and provide an explanation of how the replacement’s skills, experience, and credentials meet or exceed the requirements of the contract (including, when applicable, Human Subjects Testing requirements). If the employee of the contractor is terminated for cause or separates from the contractor voluntarily with less than thirty days’ notice, the Contractor shall provide the maximum notice practicable under the circumstances. The Contractor shall not divert, replace, or announce any such change to key personnel without the written consent of the Contraction Officer. The contract will be modified to add or delete key personnel as necessary to reflect the agreement of the parties.

(end of clause)





352.232-71 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS/ FEB 2022



(a) Definitions. As used in this clause – Payment request means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), “Content of Invoices” and the applicable Payment clause included in this contract.



(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests electronically using the Department of Treasury Invoice Processing Platform (IPP) or successor system. Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site.



(c) The Contractor may submit payment requests using other than IPP only when the Contracting Officer authorizes alternate procedures in writing in accordance with HHS procedures.



(d) If alternate payment procedures are authorized, the Contractor shall include a copy of the Contracting Officer’s written authorization with each payment request.

(End of Clause)



The following local Indian Health Service, Crownpoint Service Unit special instructions also apply:



CPSU-01 NON-PERSONAL SERVICES The Government shall neither supervise Contractor employees nor control the method by which the Contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual Contractor employees. It shall be the responsibility of the Contractor to manage its employees and to guard against any actions that are of a personal services nature, or give the perception of personal services. If the Contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the Contractor's responsibility to notify the Contracting Officer (CO) immediately.

(End of clause)



CPSU-02 NON-PERSONAL HEALTH CARE SERVICES This is a non-personal health care services contracts, 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, professional aspects of services rendered. The Contractor indemnifies the Government for any liability producing act or omission by the Contractor, its employees and agents occurring during contract performance. The Contractor must maintain medical liability insurance in the coverage amounts identified in the clause at 52.237-7 Indemnification and Medical Liability Insurance, which must flow down to any of the Contractor’s subcontracts for provisions of health care services.

(End of clause)



Attachment A – Performance Based Work Statement (Non-Personal Service for RN Services)


Attachments/Links
Contact Information
Contracting Office Address
  • PO BOX 9020
  • WINDOW ROCK , AZ 86515
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 08, 2022 11:05 am MSTCombined 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 >