Audiology Services

Agency:
State: South Dakota
Type of Government: Federal
Category:
  • Q - Medical Services
Posted: Mar 13, 2024
Due: Apr 15, 2024
Publication URL: To access bid details, please log in.
Follow
Audiology Services
Active
Contract Opportunity
Notice ID
CRHC-24-033
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Mar 13, 2024 12:02 pm MDT
  • Original Date Offers Due: Apr 15, 2024 01:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Q201 - MEDICAL- GENERAL HEALTH CARE
  • NAICS Code:
    • 621340 - Offices of Physical, Occupational and Speech Therapists, and Audiologists
  • Place of Performance:
    Eagle Butte , SD 57625
    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, FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994) (Public Law 103-355) & FAR 37.4, Non-Personal Health Care Services Contract (10 U.S.C. 2304 and 41 U.S.C 253). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.



B. The Indian Health Service/Cheyenne River Health Center intends to award a Firm Fixed-Price, Non-Personal Service Contract to provide Audiology Services for the Medical Department at the Cheyenne River Health Center located in Eagle Butte, South Dakota. All orders may be submitted via email to Danielle.chasinghawk@ihs.gov This solicitation is being issued under solicitation number CRHC-24-033.



C. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03 dated 02/23/24.



D. This is an Unrestricted Set-Aside and the associated NAICS code is 621340 Offices of Physical, Occupational & Speech Therapists and Audiologists, with a Small Business Size Standard of $12.5 Million, Product Service Code is Q201 Medical – General Healthcare Services.



E. The unit pricing must be all inclusive (to include but not 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 Pricing/Cost Schedule.



F. Description of Services: Include, continuous Audiology Services, required by the attached Performance Work Statement, for the Cheyenne River Health Center, Eagle Butte, South Dakota.



The period of performance will include one base year, plus the option to exercise four-1 year option years. Delivery and acceptance terms for this order are with the PWS. POP: Base Year: 05/01/2024 – 04/30/2025, OY1: 05/01/2025 – 04/30/2026, OY2: 05/01/2026 –04/30/2027, OY3: 05/01/2027 – 04/30/2028, and OY4: 05/01/2028 – 04/30/2029.



G.




  1. The provision at 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (Sept 2023), applies to this acquisition. Quotes shall be submitted on company letterhead stationery, signed and dated; it shall include, at a minimum;

    1. Solicitation number CRHC-24-033

    2. Closing Date: April 15, 2024 at 1:00pm MST

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

    4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation.

    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. Acknowledgement of Solicitation Amendments, if issued

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





Quotes shall also include the following to be considered acceptable.




  1. Price/Cost Schedule.

  2. Proof of Malpractice Insurance Coverage.

  3. Certify they understand and can meet all requirements listed in this Solicitation, Performance Work Statement and Attachments.

  4. Candidate information, to include: Resume, current/up-to-date licenses & certifications as requested in the PWS, completed Background clearance forms attached to this solicitation, proof of Mandatory Employee Health Records Requirements as spelled out in the PWS, and guarantee report date.



“Basis of award is Lowest Price, Technically Acceptable “LPTA” bid package. All of the above is required in order to be considered technically acceptable.”



The clause at 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. See attachment for Full Text



H. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (Feb 2024), with its offer. The offeror shall complete only paragraphs (b) of the provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov



I. The clause at 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Nov 2023), applies to this acquisition. See attachment for Full Text.



J. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders (Feb 2024) – See attachment for Full Text.



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



L. Submit proposal to:



Cheyenne River Health Center



Attn: Danielle Chasing Hawk, Supervisory Contract Specialist



24276 166th Street, Airport Road,



PO Box 1012



Eagle Butte, S.D. 57625



Email: Danielle.chasinghawk@ihs.gov



Questions in reference to this solicitation shall be submitted to the email address listed above. The last day to submit questions is March 29, 2024 at 1:00pm MST. No questions will be answered after this date/time. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective vendors through a solicitation amendment.



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 13, 2024 12:02 pm MDTCombined Synopsis/Solicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow 2024 Black Hills Nursing Home Open and Continuous Solicitation 36C26324R0037 Active Contract

Federal Agency

Bid Due: 12/31/2024

24RFP10403 SD Dept of Public Safety Website Redevelopment & Maintenance Attachments RFP Document.pdf

State Government of South Dakota

Bid Due: 4/29/2024

Follow Firm Fixed Price, Non-Personal Service Contract to provide Pulmonology Services at the

HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Bid Due: 5/20/2024

Follow Big Bend Depressing Air System Replacement Active Contract Opportunity Notice ID W9128F24R0044

DEPT OF DEFENSE

Bid Due: 5/07/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.