Ambulatory Surgery Quality Improvement Program Support Services
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The syn... THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The synopsis required by Federal Acquisition Regulation (FAR) 5.203 Publicizing and response time is combined into a single document with the issuance of the solicitation in accordance with FAR 12.603 Streamlined solicitation for commercial items. ALL RESPONSIBLE SOURCES MAY SUBMIT A CAPABILITY STATEMENT, PROPOSAL, OR QUOTATION, WHICH SHALL BE CONSIDERED BY THE AGENCY. Contact Point. Contracting Division: DHA Professional Services Contracting Division (PS-CD) Primary Point of Contact (PoC): Email to: Robert LeBlanc, Contracting Officer, robert.e.leblanc6.civ@mail.mil and copy to: Stephanie Marsh, Contract Specialist, stephanie.l.marsh6.civ@mail.mil and copy to: Vonetta Davis, Contract Analyst, (contractor support) vonetta.r.davis.ctr@mail.mil. GENERAL DESCRIPTION Basic Services: The Contractor shall provide Ambulatory Surgery Center (ASC) multispecialty benchmarking services with clinical process and outcomes measures to produce actionable performance data that the MHS can use to improve patient safety and quality of care. Benchmarking measures, comparative analysis, and reporting of observed surgical process and outcomes shall align with nationally recognized measures to include at a minimum CMS ASC Quality Reporting Program. The Contractor shall include and update the benchmarking measures to maintain alignment with Centers for Medicare and Medicaid Services (CMS) ASC measures based on the most current CMS ASC requirements. DoD ASCs' benchmarking participation supports ongoing validation of the quality of surgical care as well as identifies areas for improvement. The Contractor shall compare Department of Defense (DoD) performance data at the military ASCs, Component regional, and Military Health System (MHS) level to Contractor participating benchmarking database members. 1.1 Examples of measures that would meet CMS ASC requirements (subject to change): ASC-1 Patient Burn; ASC-2 Patient Fall; ASC-3 Wrong Site, Wrong Side, Wrong Patient, Wrong Procedure, Wrong Patient; ASC-4 All-Cause Hospital Transfer/Admission; ASC-5 Prophylactic IV Antibiotic Timing; Safe Surgery Checklist Use; ASC-7 ASC Facility Volume Data on Selected ASC Surgical Procedures; Influenza Vaccination Coverage among healthcare Personnel; Endoscopy/Polyp Surveillance: Appropriate Follow-Up Interval for Normal Colonoscopy in Average Risk Patients; ASC-10 Endoscopy/Polyp Surveillance: Colonoscopy Interval for patients with a history of Adenomatous Polyps-Avoidance of Inappropriate Use; ASC-11 Cataracts: Improvement in Patient's Visual Function within 90 Days following Cataract Surgery; ASC-12 Facility Seven-Day Risk-Standardized Hospital Visit Rate after Outpatient Colonoscopy. 1.2. The Contractor shall provide aggregated data by the Current Procedural Terminology (CPT) group level to support the MHS quality benchmarking program. There is no requirement for provider level data or Personal Health Information (PHI), Personally Identifiable Information (PII), or Health Insurance Portability and Accountability Act (HIPAA). 1.3. The Contractor shall perform a statistical process to MHS data for analysis and reporting. (Deliverable 3) 2. Training of Clinical Data Abstractors (CDAs): contractor shall provide training on data collection and specifics for each measure with annual updates in line with the most current CMS ASC standards. Electronic web-based training shall be provided by the contractor. Specific training on where to collect or how to collect data points in the military system will be the responsibility of the government. 3. The Contractor shall provide a sufficient number of participating ASCs (with diverse geographic locations across the nation) to provide DoD with valid comparative analysis. Based upon DoD's experience with a surgical comparative database, having approximately 500 participating benchmarking members provides valuable comparative feedback. DoD contracts and participates in the American College of Surgeons National Surgical Quality Improvement Program database which has over 600 hospitals participating. The greater the number of ASCs participating in the benchmarking service the more robust the comparative performance data will be for quality improvement. 4. The Contractor shall provide and maintain hospital reports readily available in the Contractor database. The Contractor database shall provide quarterly aggregated data at the military ASC, Component regional, and MHS levels with comparison to all Contractor database members. 5. The Contractor shall provide and support data quality and integrity. The contractor shall provide and maintain mechanisms in place to assist the CDA with data measures that appear to be incorrect or are concerning prior to finalization of quarterly data. 6. Quarterly reports shall be delivered within 30 days after the close of the reporting quarter to the Contracting Officer Representative (COR), the ASCs, the Component Headquarters, and the DHA to include a data analysis in line with the most current version of the CMS ASC guidelines. Additionally the contractor shall provide quarterly data in an Excel file. (Deliverable 3) 7. The Contractor database shall be available 95% of the time 24 hours a day Monday through Friday to CDAs excluding planned maintenance. The contractor shall acknowledge receipt of any technical support issue within eight (8) business hours and provide resolution within 48 hours of receipt. The correction of any deficiencies shall be at no cost to the Government. 8. Support Services for participation in benchmarking program membership shall be available to assist staff with issues related to the participation, use of the products/database, and address questions. Questions and support requests shall be responded to or resolved within three business days. PERIOD OF PERFORMANCE The Period of performance shall be for one (1) 12-month Base Period and four (4) 12-month option periods. Base Period - Date of Award (DOA) through 12 months of performance. Option Period I - Expiration of Base Period through 12 months of performance. Option Period II - Expiration of Option Period I through 12 months of performance. Option Period III - Expiration of Option Period II through 12 months of performance. Option Period IV - Expiration of Option Period III through 12 months of performance. THE SOLICITATION DOCUMENT AND INCORPORATED PROVISIONS AND CLAUSES ARE THOSE IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2019-01. Addenda to the provision at FAR 52.212-1 (DEV), INSTRUCTIONS TO OFFERORS - COMMERCIAL (DEVIATION 2018-O0018) (OCT 2018). INSTRUCTIONS TO OFFEROR This is a Request for Quotation (RFQ) for Ambulatory Quality Improvement Program Support Services to ensure the Military Health System (MHS) continues to receive consistent and accurate analysis of data related to the largest inpatient population with comparisons to civilian benchmarks. The proposed contract will provide essential metrics for the MHS to support the quadruple aim for all MTFs with obstetrics for both direct and designated purchased care components. THIS IS NOT A CONTRACT. The Government is issuing an RFQ for the purpose of entering into a sole source contract agreement IAW Subpart 6.3 -- Other Than Full and Open Competition, for the acquisition of commercial items IAW FAR 12 using the procedures of Part 13, Simplified Acquisition Procedures. Only one contract is anticipated to result from this RFQ; however, the Government reserves the right to withdraw, modify, or eliminate various aspects of the requirement determined to be too costly or impractical prior to award. 1 North American Industry Classification System (NAICS) code and small business size standard. This acquisition is unrestricted and contains no set-aside provisions. The applicable North American Industry Classification System (NAICS) code is 541611 for Administrative Management and General Management Consulting Support Services, which has a small business size standard of 15 million dollars. 2 Submission of offers. Submit signed and dated offer to the following point of contact by electronic mail: Contracting Officer, Robert LeBlanc, at Robert.E.LeBlanc6.civ@mail.mil, and copy to the Contract Specialist, Stephanie Marsh, at Stephanie.L.Marsh6.civ@mail.mil, and copy to the Contract Analyst (contractor support), Vonetta Davis, at vonetta.r.davis.ctr@mail.mil. 2.1 Complete Standard Form (SF) 18 (REQUEST FOR QUOTATIONS) completed blocks 11, 12, 13, and 16, and signed in blocks 14 and 15. 2.2 Acknowledgement of amendments to the solicitation by submitting completed Standard Form 30s (AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT) acknowledged and signed. 2.3 Electronic Submission. The quotation shall be electronically submitted via e-mail to the Points of Contact identified above. The Offeror is responsible for ensuring receipt by the POC. The firewall utilized by the Government contracting office does not authorize or accept zip files. 2.4 Quotation Content and Format. A quotation shall consist of a cover letter and 3 volumes: Volume I for material to be reviewed under the Technical Proposal, Volume II for Past Performance References, and Volume III for all Price information. Any volume containing proprietary information shall be clearly marked. All pricing information shall be addressed ONLY in the Price Volume. 2.5 Cover Letter Instructions. The cover letter shall identify the name, address (if different from the company address), telephone number and e-mail address of the individual authorized to provide clarifications and have communications with the Government. The Respondent shall include any requested waivers of any solicitation provisions or contract clauses and describe any exemptions from or deviations to any other solicitation requirements. The cover letter may include any other information required for compliance with the solicitation, but not specified for inclusion in a quotation volume. 3 Period for acceptance of quotes. The respondent agrees to hold the prices in its quote firm for 120 calendar days from the date specified for receipt of quotes. 4 Multiple Quotes. Respondents shall submit one quote presenting terms and conditions for commercial items/services satisfying the requirements of this Request for Quotation (RFQ). In the event a respondent submits more than one quote, only the last quote submitted prior to the due date and time for quotes will be evaluated. 5 Volume I - Technical Volume. The Offeror must submit a written technical plan which effectively demonstrates the Offeror's clear understanding of the PWS, and a reasonable, well-thought-out approach that is likely to yield the required results within the required time frame, and demonstrates that all of the requirements have been considered, defined, and satisfied contingent upon proven methods and techniques to ensure successful performance. The Technical Volume has a page limitation of 15 pages maximum. 5.1 Volume I - Quality Control Approach. Volume 1 shall also include the Quality Control Approach. This volume shall not include information related to the quoted price. 5.2 Quality Control Approach. The Offeror must include as an attachment to the non-price quotation, a Quality Control Approach. Plans must be specific to the tasks in the PWS. The Quality Control Approach will not count towards the 15 page limit and there is no specified page count for the Quality Control Approach. The Contracting Officer will designate a Contracting Officer's Representative (COR) for implementation of the Quality Control Approach. 5.3 The Quality Control Approach shall, at a minimum, address the following: 5.3.1 Sampling and measuring for each PRS (PWS Part 7, 7.1 Attachment 1) measure. This approach will ensure attainment of the Acceptable Performance Level for each PRS measure. The plan must detail the procedures to be utilized to ensure inspection will be taken from the appropriate phases of workflow. If the Offeror proposes any changes or modifications to the PRS, these should also be included. 5.3.2 When, where and by whom the Contractor's process controls will be performed. The Offeror should state the number of people that will be permanently assigned to this program and their assignments. 5.3.3 Appointment of an official who shall be responsible for the operation of the quality control system/department and for investigating and ascertaining the causes of deficiencies. 5.3.4 Describe the safeguarding and protection of any privacy information. 6 Volume II - Past Performance References. 6.1 Volume II - Past Performance References. Volume II shall also include Past Performance References. The Offeror must submit a list of 3-5 references of relevant contracts and/or orders within the past five (5) years. The contracts and/or orders may have been with Federal, State and/or City agencies and commercial customers. The Technical Volume has a page limitation of 5 pages maximum. 6.2 The information shall address any contractual issues that arose and the corrective actions taken. 6.3 References must include: Past performance based on contract relevance, recentness, and performance on the contract 7 Volume III - Price Quotation. The Price Volume has no page limit. The Government intends to award a firm-fixed-price contract with firm-fixed-price CLINs. The Offeror is expected to price all of the work required by the Performance Work Statement under the firm-fixed-price CLINs. 7.1 Volume III, Price Instructions. The Government intends to award a firm-fixed-price contract. The Offeror is expected to price the CLIN structure provided in the RFQ. 7.2 Price Quotation. The price quote must include a detailed basis of estimate for the quoted price. 7.3 Pricing Sheet. The quote shall include a completed pricing sheet in accordance with the Schedule. The pricing sheet shall demonstrate the calculation of totals for each base year and option year and a total proposed price for the base plus 4 option years. 7.3.1 All fixed price line items must include a unit price or "NSP" (Not Separately Priced). 7.3.2The Total Proposed Price is the sum the proposed prices of the extended amounts for each line item included on RFQ Pricing Worksheet Attachment 8 for the base year and each option year. 7.4 Supplemental Pricing Information. The quotation shall include supplemental pricing information that provides a breakdown of the quoted price for each fixed-price CLIN. This breakdown shall identify each labor category, the unit price, and the number of units of the item (e.g., labor hours). The quotation shall demonstrate calculation of the total CLIN price from the item price information. The quotation shall demonstrate calculation of totals for each option year and an overall total quoted contract value for the base plus 4 option periods and the optional extension period. The Offeror may choose the format of this presentation. Supplemental pricing information shall be submitted in Microsoft Excel format with unlocked and editable cells. The proposed level of effort should be consistent with the Offeror's total quotation submission. CLAUSES INCORPORATED BY REFERENCE 52.204-7 System for Award Management OCT 2018 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 The provision at FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS is not used. The evaluation procedures to be used is as follows: EVALUATION FACTORS 1. Basis for Award This is a sole-source negotiated acquisition using streamlined procedures for evaluation and solicitation for commercial items. Following evaluations, the Contracting Officer may request a fact finding session with the Offeror to address omissions, discrepancies, ambiguities, or perceived risks in the proposal. Following evaluations and fact finding, if any, the Contracting Officer intends to initiate exchanges with the offeror to seek mutually agreeable terms for a contract. Exchanges may include solicitation amendments or proposal revisions followed by additional evaluations and fact finding sessions. This process will continue until a contract has been reached or the Contracting Officer determines that a favorable deal cannot be reached and withdraws the solicitation. The Contracting Officer may then may seek Small Business Administration approval to approach a different firm for a direct award or to issue a competitive solicitation. For a competitive resolicitation, the contracting officer reserves the right to disclose to all interested parties any Government negotiating positions which were revealed to the Offeror under this solicitation. 2. Technical Capability A technical evaluation board will review the Technical Volume as well as labor hours and labor categories from the price volume to ensure the offeror is proposing to the full needs and requirements of the Government as defined in the Performance Work Statement. The evaluation may also identify performance and schedule risks of the proposed services. 3. Quality Control Approach The Quality Control Approach review will also consider the Offeror's ability to provide and manage a Quality Control Approach that will ensure performance of all CLINs under the solicitation, and ensure conformance to contract requirements and reasonable standards of performance. 4. Past Performance References The past performance references will be reviewed for relevant and recent past performance information. Recent efforts are defined as the last three years as a Prime contractor, including those efforts currently being performed. Relevant performance is the performance that would provide the most context and give the greatest ability to measure whether the offeror will successfully satisfy the current requirement. 5. Price Evaluation A price evaluator will review all elements of the price volume for fairness and reasonableness. The total evaluated price will include the base price and the price of all options, including the option to extend services (see FAR Clause 52.217-8). Price of the option to extend services will be calculated as six months of performance at the rates in the highest priced option period. Thus, the total price for the purpose of evaluation will include the base period, 1st option, 2nd option, 3rd option, and 1.5 times the 4th option. CLAUSES INCORPORATED BY REFERENCE 52.217-4 Evaluation of Options Exercised at the Time of Contract Award JUN 1988 PD 03-03 ENCLOSURE 1 - Improper Business Practices and Personal Conflicts of Interest (August 21, 2014) INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS The Offeror's attention is directed to FAR, Part 3 and DFARS, Part 203, "Improper Business Practices and Personal Consultant Conflicts of Interest." 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) (a) Definition. "Covered DoD official" is defined in the clause at 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. (b) By submission of this offer, the offeror represents, to the best of its knowledge and belief, that all covered DoD officials employed by or otherwise receiving compensation from the offeror, and who are expected to undertake activities on behalf of the offeror for any resulting contract, are presently in compliance with all post-employment restrictions covered by 18 U.S.C. 207, 41 U.S.C. 2101-2107, and 5 CFR parts 2637 and 2641, including Federal Acquisition Regulation 3.104-2. Use of Former DoD/Defense Health Agency (DHA) Employees and Uniformed Service Members in Proposal Preparation. The involvement of a former DoD/DHA employee/member in an offeror's proposal preparation may give rise to an unfair competitive advantage or the appearance thereof, if the former DoD/DHA employee/ member acquired non-public, competitively-useful information in his or her former position. Such knowledge could include proprietary information of competitor's performance on past or current contracts with similar requirements or source selection sensitive information pertaining to this procurement. Consequently, the Offeror must notify the Contracting Officer prior to the involvement in the proposal preparation by a former DoD/DHA employee/member reasonably expected to have had access to such information. Based on the notification, the Contracting Officer will make a determination whether involvement of the former DoD/DHA employee/member in proposal preparation could create an unfair competitive advantage or appearance thereof. The Contracting Officer will further determine whether any mitigation measures taken or proposed by the offeror are adequate to alleviate this concern or whether the offeror will be disqualified from the competition. Failure to comply with these procedures may result in the offeror's disqualification for award. 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018 Addenda to the clause at FAR 52.212-4, CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS, applies to this acquisition for paragraph (c), Changes; subparagraph (i)(7) Payments for 52.232-1, PAYMENTS FOR LINE ITEM SPECIFIC PRORATION (see 252.232-7006); and, paragraph (w) Non-FAR Part 12 discretionary FAR and DFARS clauses. The non-FAR Part 12 discretionary FAR and DFARS clauses, as well as local instructions, included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found http://farsite.hill.af.mil/. (1) Federal Acquisition Regulation (FAR) at: http://farsite.hill.af.mil/vffara.htm or https://www.acquisition.gov/far/ (2) Defense Federal Acquisition Regulation Supplement (DFARS) at: http://farsite.hill.af.mil/vfdfara.htm or http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ CLAUSES INCORPORATED BY REFERENCE 252.201-7000 Contracting Officer's Representative DEC 1991 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7003 Agency Office of the Inspector General DEC 2012 52.204-13 System for Award Management Maintenance OCT 2018 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.204-21 Basic Safeguarding of Covered Contractor Information Systems JUN 2016 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information OCT 2016 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors MAY 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.227-7015 Technical Data--Commercial Items FEB 2014 252.227-7037 Validation of Restrictive Markings on Technical Data SEP 2016 52.232-18 Availability of Funds APR 1984 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.244-7000 Subcontracts for Commercial Items JUN 2013 CLAUSES INCORPORATED BY FULL TEXT PD 03-03 ENCLOSURE 2 - Improper Business Practices and Personal Conflicts of Interest (August 21, 2014) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) (a) Definition. "Covered DoD official," as used in this clause, means an individual that- (1) Leaves or left DoD service on or after January 28, 2008; and (2) (i) Participated personally and substantially in an acquisition as defined in 41 U.S.C. 131 with a value in excess of $10 million, and serves or served- (A) In an Executive Schedule position under subchapter II of chapter 53 of Title 5, United States Code; (B) In a position in the Senior Executive Service under subchapter VIII of chapter 53 of Title 5, United States Code; or (C) In a general or flag officer position compensated at a rate of pay for grade O-7 or above under section 201 of Title 37, United States Code; or (ii) Serves or served in DoD in one of the following positions: program manager, deputy program manager, procuring contracting officer, administrative contracting officer, source selection authority, member of the source selection evaluation board, or chief of a financial or technical evaluation team for a contract in an amount in excess of $10 million. (b) The Contractor shall not knowingly provide compensation to a covered DoD official within 2 years after the official leaves DoD service; without first determining that the official has sought and received, or has not received after 30 days of seeking, a written opinion from the appropriate DoD ethics counselor regarding the applicability of post-employment restrictions to the activities that the official is expected to undertake on behalf of the Contractor. (c) Failure by the Contractor to comply with paragraph (b) of this clause may subject the Contractor to rescission of this contract, suspension, or debarment in accordance with 41 U.S.C. 2105(c). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items JAN 2019 Fill-in information for the clause at FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [X] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). [X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors [X] (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). [X] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). [X] (28) (i) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246). [X] (29) (i) 52.222-35, Equal Opportunity for Veterans (OCT 2015)(38 U.S.C. 4212). [X] (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [X] (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). [X] (33) (i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). [X] (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). [X] (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) [X] (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (xiii) [X] (A) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). CLAUSES INCORPORATED BY FULL TEXT 52.217-7 OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) EXTENSION OF SERVICES The Government has the unilateral right to extend services for a maximum of six (6) months in accordance with FAR clause 52.217-8, Option to Extend Services. The prices utilized for any extension will be based on the current base period or option period prices. The clause can be utilized in any of the following years: Base Year, Option Year 1, Option Year 2, Option Period 3, or Option Period 4. Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. The anticipated award date is Monday, June 13, 2019. NONCOMPETITIVE CONTRACT ACTION The government intends to award the Ambulatory Surgery Center Association (ASCA) a purchase order under other than full and open competition as authorized under FAR Part 6. The contractor's unique qualifications for fulfilling the contract requirement are the ability to provide Ambulatory Surgery Quality Improvement Program support services for memberships, membership support, program support, and training membership from a nationally recognized Ambulatory Surgery Center (ASC) benchmarking database service on behalf of the Military Health Systems (MHS) for designated Military Treatment Facilities (MTFs). Services include: both quality and safety data collection and reporting. MTFs supported by this effort will have the ability to compare their results to national benchmark standards and between participating tri-service MTFs. The name and telephone number of the individual to contact for information regarding the solicitation. Name: Contract Analyst (contractor support), Vonetta Davis at telephone number: (703) 681-5377 Email the PoC below to respond to the solicitation electronically. Contracting Division: DHA PS-CD Primary PoC: Email to: Contracting Officer, Robert LeBlanc, and copy to Contract Specialist, Stephanie Marsh, and copy to Contract Analyst (contractor support), Vonetta Davis.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »