Washington, DC Bids > Bid Detail

MEDICAL SUBJECT MATTER EXPERT SUPPORT SERVICES

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159919905122142
Posted Date: May 17, 2023
Due Date: Jun 2, 2023
Solicitation No: 70VT1523R00001
Source: https://sam.gov/opp/d8d7a876df...
Follow
MEDICAL SUBJECT MATTER EXPERT SUPPORT SERVICES
Active
Contract Opportunity
Notice ID
70VT1523R00001
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
OFFICE OF THE INSPECTOR GENERAL
Office
OFFICE INSPECTOR GENERAL
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 17, 2023 03:59 pm EDT
  • Original Published Date: May 08, 2023 12:12 pm EDT
  • Updated Date Offers Due: Jun 02, 2023 10:00 am EDT
  • Original Date Offers Due: Jun 02, 2023 10:00 am EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jun 12, 2023
  • Original Inactive Date: Jun 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Q702 - TECHNICAL MEDICAL SUPPORT
  • NAICS Code:
    • 621111 - Offices of Physicians (except Mental Health Specialists)
  • Place of Performance:
    Washington , DC 20528
    USA
Description

(i) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Government intends to award a Time and Materials type contract under Simplified Acquisition Procedures (SAP) using FAR Part 13 to the responsible Offeror whose proposal conforming to this synopsis/solicitation will offer the best value to the Government, price and other factors considered.



(ii) The Request for Proposal (RFP) or Reference Number is: 70VT1523R00001



(iii) This RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02.



(iv) This acquisition is set aside for 100% Total Small Businesses. The associated North American Industry Classification System (NAICS) code for this acquisition is 621111

– Offices of Physicians – Except Mental Health Specialists and the small business size is $16,000,000.00.



(v) The Contract Line-Item Numbers (CLINS), Description, Quantities, and Units of Measure are:



See Attachment A (Schedule of CLINS and Statement of Work.) The anticipated date for contract award is on or about August 1, 2023.



(vi) The Contract shall provide for medical professional subject matter experts (SME) to include a medical doctor and/or physician assistant, registered nurse and/or nurse practitioner for the Department of Homeland Security (DHS) Office of Inspector General (OIG).



(vii) The period of performance for this requirement is a base period of twelve months, and includes four (4), twelve-month option periods. The primary place of performance shall be the contractor’s office or place of residence. The Contractor shall also perform work onsite at Immigration and Customs Enforcement (ICE) detention center facility locations to be determined by DHS, OIG.



(viii) The provision at Federal Acquisition Regulation (FAR) 52.212-1 (Nov 2021), Instructions to Offerors – Commercial applies to this acquisition. The following addendum has been attached to this provision: Offerors’ submissions shall include the following information: Unique Entity Identifier (formerly DUNS); North American Industrial Classification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone; Complete Business Mailing Address. Offerors must complete and return the Past Performance Questionnaires that include the name and contact information of at least three relevant past performance (relevant is defined as work similar in size, scope and complexity to the work identified in the SOW) references wherein they provided the same type and scope of service as required by this RFP. References shall be for services provided within the last three years from the date of this RFP. Each Offeror shall submit their Technical Proposal and associated documents as a separate electronic attachment from the Pricing Proposal. The Pricing Proposal attachment shall include the completed Pricing Table in Attachment A.



(ix) The provision at 52.212-2 (Nov 2021), Evaluation-Commercial Items applies to this acquisition. The following factors shall be used to evaluate proposals: 1) Prior Experience 2) Technical Capability and Understanding 3) Past Performance, and 4) Price. Prior Experience, Technical Capability and Understanding and Past Performance are of descending order of importance. However, when combined, they are significantly more important than price. Price may become the determining factor for award as proposals become more equal based on other factors. The Government will determine whether the price, inclusive of all options (including the options available under FAR 52.217-8 (Nov 1999)), is fair and reasonable, and whether the price of the base period and all option periods (including the option(s) represented by FAR 52.217-8 (Nov 1999)), in combination with the other evaluation criteria specified in the solicitation, represents the best value to the Government. The technical proposal shall include details describing the contractor’s ability to provide the service requirements outlined in Attachment A and the Statement of Work. Technical proposal shall not exceed thirty (30) pages not including cover pages and statements of qualifications and other documentation. There are no page limitations to the price proposal.



(x) FAR 52.212-3 (Dec 2022) Offeror Representations and Certifications—Commercial Items. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through https://sam.gov/content/duns-uei.



(xi) The clause at 52.212-4 (Dec 2022), Contract Terms and Conditions—Commercial Items applies to this acquisition. The following addenda have been attached to this clause: None.



(xii) The provision at 52.212-5 (Dec 2022), Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items, applies to this acquisition. Additional FAR clauses applicable to this requirement are: The clauses at 52.222-3 (June 2003) Convict Labor, 52.222-21 (Apr 2015) Prohibition of Segregated Facilities, 52.222-22 (Feb 1999) Previous Contracts and Compliance Reports, 52.222-25 (Apr 1984) Affirmative Action Compliance, 52.222-26 (Sept 2016) Equal Opportunity; 52.225-13 (Feb 2021) Restrictions on Certain Foreign Purchases; 52.232-33 (Oct 2018) Payment by Electronic Funds Transfer System for Award Management.



(xiii) The following additional clauses are cited: FAR 52.202-1 (Jun 2020) Definitions, 52.203-3 (Apr 1984) Gratuities, 52.203-5 (May 2014) Covenant Against Contingent Fees, 52.203-7 (Jun 2020) Anti-Kickback Procedures, 52.203-17 (Jun 2020) Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights, 52.204-7 (Oct 2018) System for Award Management, 52.204-19 (Dec 2014) Incorporation by Reference of Representations and Certifications, 52.222-50 (Nov 2021) Combat Trafficking in Persons, 52.223-18 (Jun 2020) Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.233-1 (May 2014) Disputes, 52.233-3 (Aug 1996) Protest after Award, 52.233-4 (Aug 1996) Applicable Law for Breach of Contract Claim, 52.243-3 (Sept 2000)

Changes – Time and Materials and Labor Hour, 52.246-6 (May 2001) Inspection – Time and Materials and Labor Hour, 52.217-8 (Nov 1999) Option to Extend Services, 52.217-9 (Mar 2000) Option to Extend Term of the Contract; 3052.204-71 Contractor Employee Access – Alt I, 3052.209-70 Prohibition on contracts with corporate expatriates, 3052.215-70 Key Personnel or Facilities, 3052.242-72 Contracting Officer’s Technical Representative. Full text of FAR clauses and provisions incorporated by reference can be found at www.acquisition.gov and HSAR Clauses at https://www.acquisition.gov/hsar.



(xiv) Rating under the Defense Priorities and Allocations System (DPAS) – N/A.



(xv) Questions concerning this RFP must be received via email to the point of contact noted below no later than 10:00 a.m. ET on May 16, 2023. In order to receive responses to questions, Offerors must cite the section, paragraph number, and page number. Proposals are due no later than 10:00 a.m. ET on June 2, 2023 and must be submitted electronically (via email) to the individuals noted in section “xvi”. A separate solicitation document is not available.



For information regarding this RFP please contact Ms. Sheri Brooks, Contracting Officer, at Sheri.Brooks@oig.dhs.gov.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 1120 VERMONT AVENUE
  • WASHINGTON , DC 20528
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >