a. Understanding of the problems in delivering chronic, urgent and emergent patient care in a small rural Indian Health Service facility.
b. Understanding of the complexity and logistical requirements of the project.
c. Possession of necessary organization, experience, and technical skills to perform the work.
d. A detailed work plan shall be submitted indicating how each aspect of the Statement of Work is to be accomplished. The technical approach should be in as much detail necessary to fully explain the proposal technical approach or methodology. Particular attention should be directed toward the scheduling of manpower and problems to be overcome.
e. Ability to respond to planned placement requests.
f. Ability to meet IHS credentialing requirements.
g. Ability to satisfy Winnebago Service Unit patient documentation and reporting requirements.
h. A plan to invoice for payment shall be submitted.
2. Past Performance and Experience (Possible 40 Points):
The Past Performance and Experience evaluation factor will assess the relevance and breadth of the offeror's experience and the quality of the offeror's past performance on contracts consistent in scope and complexity with the coverage of the Winnebago Outpatient Department requirement. The Past Performance and Experience evaluation factor will assess the relevance and breadth of the offeror's experience and the quality of the offeror's past performance on contracts consistent in scope and complexity with the Winnebago Outpatient Department Service requirement.
a. The technical proposal must include a listing of other primary care physician services contracts and subcontracts, Government and/or commercial, awarded to the offeror for practice situations serving rural, isolated locations. The contracts must contain the same type of primary care physician requirements outlined in the Statement of Work. The offeror must include the following information for each contract and subcontract.
- Name of contracting activity
- Contract number
- Contract type
- Total contract value
- Description of contract work
- Contracting officer and telephone number
- Program manager and telephone number
- Government project officer and telephone number
- List of major subcontractors
b. The offeror must demonstrate its record of successful performance in past contracts and subcontracts, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts and subcontracts for similar services. The offeror shall include the following past performance information:
- Identify the one contract considered to be the most successful and the reasons for this determination.
- Evidence of timely and acceptable contract performance on similar primary care physician projects.
- Evidence indicating customer satisfaction for similar services outlined in the Statement of Work.
- Evidence of concern for cost control and budgetary considerations.
3. Key Personnel (Possible 30 Points):
This factor will be evaluated on the basis of the key personnel readily available for assignment to the project. The proposal shall identify key personnel who have relevant experience in performing the tasks required of this solicitation in other projects that are similar in function, scope, and complexity to the Winnebago Outpatient Department Service requirement. The offeror must provide a staffing plan to provide the availability of qualified staff that assures the requirements of the Statement of Work are met in a timely manner. The offeror shall specify the extent to which staff will participate in contract performance. Curriculum vitae or resumes of key personnel that will be directly involved in contract performance shall be included in the proposal. CV's or resumes must demonstrate that the offeror has the personnel with the necessary knowledge and experience to perform the tasks outlined in the Statement of Work.
FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (August 2009) - See attachment for full text and instruction for completion.
FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (March 2009) - See attachment; in by reference.
FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (September 2009) - See attachment for full text.
Submit proposal to the following:
Aberdeen Area Indian Health Service
Deana Long, Contract Specialist
115 4th Avenue SE, Room 309
Federal Building
Aberdeen, South Dakota 57401
OR you may email to [email protected]
The individual providing services under this contract, which involves regular contact with, or control over Indian children, is subject to a character investigation in accordance with the "Indian Child Protection and Family Violence Prevention Act" P.L. 101-630. The Contractor must perform in accordance with Section 231 of the Crime Control Act of 1990, P.L. 101-647. Failure to comply with these statutes will result in immediate removal.
Prior to award a Childcare National Agency Check and Inquiries (CNACI) suitability screening will be performed and cleared according to the information provided to us on the Optional Form 306. The individual performing must complete and return the following forms to the above Acquisition Official as part of their package:
- OF-306 Declaration for Federal Employment
- OF-306 Addendum to Declaration for Federal Employment
- Agreement to a temporary waiver of character investigation
- Licensure Agreement
The selected offeror must make arrangements with the Service Unit Background Investigation Coordinator and complete the following as soon as award is made:
- Fingerprints (done electronically)
- SF-85 - Questionnaire for Non-Sensitive Positions (done electronically)