Skip to main content

An official website of the United States government

You have 2 new alerts

RN Nursing Services - Emergency Room Nursing Department

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)
  • Original Published Date: Nov 08, 2022 09:55 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. IHS1461919 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)
 

Contact Information

Contracting Office Address

  • PO BOX 9020
  • WINDOW ROCK , AZ 86515
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Nov 25, 2022 09:56 pm MSTCombined Synopsis/Solicitation (Original)