Clinical Healthcare Support Services (CHSS)

expired opportunity(Expired)
From: Federal Government(Federal)
FA302022R0003

Basic Details

started - 17 May, 2022 (22 months ago)

Start Date

17 May, 2022 (22 months ago)
due - 02 Jun, 2022 (22 months ago)

Due Date

02 Jun, 2022 (22 months ago)
Bid Notification

Type

Bid Notification
FA302022R0003

Identifier

FA302022R0003
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698364)DEPT OF THE AIR FORCE (59582)AETC (6448)FA3020 82 CONS LGC (473)
[object Object]

SetAside

8A(8(a) Set-Aside (FAR 19.8))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Amendment 4: The purpose of this amendment is for the following:To provide answers to questions received as stated in Q and A attachment (FA302022R0003-CHSS Q and A- Rev 3). Answers listed in Amendment 4, supersedes any conflicting information from previous Amendments.This Amendment further extends the due date and time for proposals to 2:00 P.M. on 02 June 2022.Changes to Attachment 6- Clauses has been made in:Provision 52.212-1 (including due date changes listed above):Paragraph 5 of the provision located at 52.212-1 has been changed to:“Pursuant to 13 C.F.R. §125.2(g), 13 CFR 124.513(f), and 13 C.F.R. §125.8(e), the Government will only consider the past performance of the prime (8(a)) vendor unless a qualifying agreement has been made and can be substantiated within an offeror’s proposal. If the proposing 8(a) firm is utilizing one of these agreements for their proposal, the vendor is required to submit past performance information performed under the agreement meeting the
criteria already specified in the solicitation and proof of the agreement with a summary of the terms of the agreement showing its applicability to the requirements of this solicitation. Furthermore, the summary of the agreement shall specify the resources, workforce, facility, etc. the partner/parent/sister/subsidiary company will provide under the terms of the agreement. The summary of the agreement is limited to not more than 5 pages in not less than size 12 type font. If the Offeror intends to use a first-tier subcontractor's experience or past performance, the proposal must include a breakdown of the work to be performed by the first-tier subcontractor and a letter of commitment from the subcontractor. Failure to utilize the first-tier subcontractor after award may constitute a fraudulent proposal and result in a termination of the award.”The follow language was included into Provision 52.212-2:Section (d): Past performance evaluations will be conducted on the basis of recency and relevancy of previous contracts. The Government may review respondent’s Past Performance Information Retrieval System (PPIPRS) and Contractor Performance Assessment Reporting System (CPARS) information. Respondents are required to submit up to 3 completed Past Performance List of References (Attachment 10). Returned Past Performance Questionnaires(Attachment 9) will become a part of the past performance evaluation. Pursuant to 13 C.F.R. §125.2(g), 13 CFR 124.513(f), and 13 C.F.R. §125.8(e), the Government will evaluate the past performance of the prime (8(a)) vendor unless a qualifying agreement has been made and can be substantiated within an offeror’s proposal. This is the only form of “commitment” the Government will accept for evaluation under this solicitation. If the proposing 8(a) firm is utilizing one of these agreements for their proposal, the Government will evaluate past performance information performed under the agreement meeting the criteria already specified in the solicitation and proof of the agreement with a summary of the terms of the agreement showing its applicability to the requirements of this solicitation. Contracts evaluated shall meet the following rating criteria.Section (c): A proposal’s technical ability to meet the Government’s requirement shall be reviewed based on a combined technical and risk rating method. Proposals will receive one of two ratings, acceptable and unacceptable. The Government will use, at a minimum, the requirements listed in the position descriptions, the requirements of the performance work statement, proposed quality control plans, a copy of Continuation of Essential Contractor Services Plan, submitted first-tier subcontracting letters of commitment, and a copy of summary of agreement with partner/parent/sister/subsidiary company as stated in amendments to this solicitation. The following table shows how these ratings will be applied.CHSS Combo Attachment has been updated to reflect all due date changes and changes toattachments listed above.                                                                                                                                                                                 Amendment 3: The purpose of this amendment is for the following:To provide answers to questions received as stated in Q and A attachment (Amendment 3- CHSS Q and A- 03 May 2022). Answers listed in Amendment 3, supersedes any conflicting information from previous Amendments.This Amendment further extends the due date and time for proposals to 2:00 P.M. on 24 May 2022.The due date and time for questions, as specified by paragraph (c) of the provision located at FAR 52.212-1, has been extended to 2:00 P.M. Central Time on 09 May 2022.The due date and time for Past Performance Questionnaires (PPQs), as specified by paragraph 5.a. of the provision located at FAR 52.212-1, has been extended to 2:00 P.M. Central Time on 10 May 2022. Changes to Attachment 6- Clauses has been made in provision 52.212-1 (including due date changes listed above):Paragraph 4 of the provision located at 52.212-1 in the solicitation is hereby changed from: “Technical – Limited to 1 page per position listed in Attachment 2 in addition to those certifications and documents required by this solicitation. a. Contractor Quality Control Plan – limited to not more than 15 pages. Contractor must specify their process to recruit, retain, and fill positions in accordance with the PWS.” To: “Technical – proposals shall include a Contractor Quality Control Plan limited to not more than 15 Pages. Contractors must specify their process to recruit, retain, and fill positions in accordance with the PWS and meeting the requirements specified in Attachment 2 – Position Description. The contractor shall also submit their Continuation of Essential Contractor Services Plan with their technical volume in accordance with the clause located at DFARS 252.237-7023. The page limitation of the Continuation of Essential Contractor Service Plans is not more than 10 pages with font not less than size 12 type.”Paragraph 5 of the provision located at 52.212-1 now includes “Unless an agreement, as recognized by the Small Business Administration (SBA) and qualifying for 8(a) competitive acquisitions, has been made between the 8(a) firm and their parent/sister/subsidiary company, the Government will only consider the past performance of the prime (8(a)) vendor. This is the only form of “commitment” the Government will accept for evaluation under this solicitation. If the proposing 8(a) firm is utilizing one of these agreements for their proposal, the vendor is required to submit past performance information performed under the agreement meeting the criteria already specified in the solicitation and proof of the agreement with a summary of the terms of the agreement showing its applicability to the requirements of this solicitation. Furthermore, the summary of the agreement shall specify the resources, workforce, facility, etc. the parent/sister/subsidiary company will provide under the terms of the agreement. The summary of the agreement is limited to not more than 5 pages in not less than size 12 type font.”PWS attachment has been updated inParagraph 1.2.1 has been changed from “The Contractor shall submit a complete QCP to the Contracting Officer (CO) for review and approval, within 15 calendar days of contract award” to “The Contractor shall submit a revised QCP to the Contracting Officer (CO) within 15 calendar days of request or foreseeable need for changes, whichever occurs first.”Section 2.1.16 ratio of the required number of HCW hours has been corrected from “1920” to “1912.”Attachment 3- Pricing Worksheet has been updated to reflect the changes below:Licensed Practical/Vocational Nurse: Number of FTEs 6Clinical Nurse – Utilization Management/ Case Management: Number of FTEs 1        8. Attachment 9 - Past Performance Questionnaire has been updated to reflect due date change listed above.        9. CHSS Combo Attachment has been updated to reflect all due date changes and changes to attachments listed above.                                                                                                                                                                                 Amendment 2:  The purpose of this amendment is:1. Make the due dat and time match SAM.gov (2:00 PM Central time 16 May 2022) within the PIEE Solicitation module, Combo form, and attachment 6- Clauses in 52.212-1(b)(11)(a).2. To provide answers to questions received as stated in Q and A attachment (Amendment 2- CHSS Q and A- 21 April 2022).                                                                                                                                                                                 Amendment 1: The purpose of this amendment is to extend the due date and time for proposals from 2:00 PM Central time 13 May 2022, to 2:00 PM Central time 16 May 2022, and to provide a downloadable copy of the combined synopsis/solicitation (CHSS Combo- Rev1) document. Currently, if you download the document locally at the ?Please Wait? message and enable the document in Adobe PDF, you are able to view it.                                                                                                                                                                                 Clinical Healthcare Support Services (CHSS) for Sheppard AFB, Texas. Please refer to SAM.gov solicitation FA302022R0003 for details.The 82d Medical Group (MDG), Sheppard AFB (SAFB), TX, has a requirement for high quality health care workers to treat patients at the military Medical Treatment Facility (MTF). Clinical Healthcare Support Services contract provides healthcare services for anestimated 19.5K Government beneficiaries. Service requirements are outlined in the Performance Work Statement (PWS). This Indefinite Delivery/Indefinite Quantity (IDIQ) contract the contractor shall provide health care providers to include physicians ofvarious specialties, pharmacists, registered nurses, licensed vocational nurses, physical therapist assistants, and radiology technicians to provide direct health care services to eligible beneficiaries from both 82 TRW and 80 FTW at the Military Treatment Facility (MTF), Sheppard AFB, TX. For the life of the contract, the maximum aggregate value of all task orders awarded shall not exceed $9,999,999.99. Contracted health care workers performing under this contract render personal services as described in DFARS 237.104 and shall be subject to day-to-day supervision and control by Government personnel. The current contract vehicle supports the mission of the 82 MDG to provide access to care for beneficiaries at the Military Treatment Facility. This contract contains 9 different key provider/technician positions that provide direct patient care to Government beneficiaries at the Sheppard AFB Clinic. Direct health care services include a wide range of activities such as treatment, movement of patients, advice, clinical evaluations, recommendations, area and equipment preparation, and other clinical services to supplement the MTF?s clinical staff. *Visit 'https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=FA302022R0003' to obtain more details.*

CP 940 676 2663 206 J AVE  BLDG 1662  SHEPPARD AFB , TX 76311-2743  USALocation

Place Of Performance : CP 940 676 2663 206 J AVE BLDG 1662 SHEPPARD AFB , TX 76311-2743 USA

Country : United StatesState : Texas

You may also like

Cancer Registry Services For MU Healthcare

Due: 12 Apr, 2024 (in 14 days)Agency: University of Missouri System

VARIOUS HEALTHCARE SERVICES

Due: 30 Mar, 2024 (Tomorrow)Agency: FEDERAL PRISON SYSTEM / BUREAU OF PRISONS

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 622110General Medical and Surgical Hospitals
pscCode Q201General Health Care Services