Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2002 FBO #0041
PRESOLICITATION NOTICE

Q -- ORTHOPEDIC SERVICES

Notice Date
1/10/2002
 
Notice Type
Presolicitation Notice
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North PO Box 36600, Billings, MT, 59107
 
ZIP Code
59107
 
Solicitation Number
RFP-244-02-0002
 
Response Due
2/1/2002
 
Archive Date
2/16/2002
 
Point of Contact
Toni Cuny, Contract Specialist, Phone 406.247.7065, Fax 406.247.7108,
 
E-Mail Address
toni.cuny@mail.ihs.gov
 
Description
DESC: 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; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a firm fixed-price contract in response to Request for Proposal (RFP) 244-02-0002. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The associated North American Industry Classification System code is 621111 and the small business size standard is $7,500,000. DESCRIPTION: The Fort Peck Service Unit, Indian Health Service, Poplar, Montana, is requesting a contract for the provision of Orthopedic Services. PRICE/COST SCHEDULE consists of the following line items: CONTRACT LINE ITEM NUMBER (CLIN) 1. Specialty Clinic; Quantity ? 12; Unit of Issue ? Monthly; Unit Price - $ ______ ; TOTAL - $__________. CLIN 2. Outpatient Surgery; Quantity ? 12, Unit of Issue ? Monthly; Unit Price - $__________; TOTAL - $ __________. CLIN 3. Inpatient Surgery, Quantity ? 12, Unit of Issue ? Monthly, Unit Price - $ __________, TOTAL - $ __________. The services include: A. Conduct twelve (12) on-site Specialty Clinics for Orthopedic Services at the Fort Peck Service Unit. B. Provide Outpatient evaluations and surgical procedures at a contract facility. C. Provide Inpatient surgical procedures at a contract facility. PURPOSE: The mission of the Fort Peck Service Unit, Indian Health Service (I.H.S.) is to provide the best possible support to the I.H.S. health centers and hospitals through the recruitment and placement of physicians and other health professionals. The purpose of this procurement action is to acquire Orthopedic Services through the award of a Fixed-Price Non-Personal Health Care Service contract. In accordance with the IHS Payment Policy (Federal Register Vol. 51, No. 125, June 20, 1986 pages 23540-41 ? Tab 1, Exhibit 1), the IHS shall consider award to those offerors willing to accept reimbursement at rates no higher than the prevailing medicare allowable rate (including deductibles and co-payments). The contract shall be awarded for a base year with two (2) option years. DUTIES: The Contractor shall provide twelve (12) clinics during the specified time period of services: 8:00 a.m. ? 5:00 p.m. (Inclusive of travel time). Provide Orthopedic Specialty Clinic services to patients referred by physicians of the Fort Peck Service Unit. The services shall include: Examinations; diagnostic recommendations; second opinions; prescribing; recommending treatment, and follow-up. Patients shall include pediatric and adult referrals. 5. To provide on-site cast revision, splint application, and other therapeutic measures and recommendations. B. Outpatient/Inpatient Surgery: To provide Outpatient and Inpatient Surgical services at a contract facility at a negotiated rate. Not limited to but to include: 1. Arthoscopy-knee and Shoulder; 2. Carpal Tunnel Release; 3. Trigger Finger Release; 4. Orthopedic Hardware Removal; 5. Joint Manipulation under Anesthesia; 6. Other procedures deemed appropriate to the Fort Peck Service Unit; 7. Acute fracture management requiring anesthesia. C. Other Specifications: 1. Contractor shall actively participate in Quality Assurance/Performance Improvement functions within the Fort Peck Service Unit. If the Contractor?s facility is JCAHO accredited, this function does not apply. 2. Contractor shall prepare and complete in a timely fashion the medical and other required records (i.e. Patient Billings forms and Referrals forms to other specialists or for specific diagnostic procedures) for patients he/she provides treatment. 3. An orientation will be provided to the contractor prior to starting work. 4. Nursing assistance will be provided by I.H.S. for the Specialty Clinics. 5. The Contractor shall abide by the Fort Peck Service Unit Medical By-Laws. Compliance with Public Laws 101-630 and 101-647, which states as follows: The Contractor shall comply with the requirements of Public Law (P.L.) 101-630, Indian Child Protection and Family Violence Prevention Act and Section 231 of the Crime Control Act, P.L. 101-647. The Indian Child Protection and Family Violence Prevention Act prescribes minimum standards of character for individuals whose duties and responsibilities involve regular contact with or control over, Indian children. The Act requires minimum standards of character to ensure that no individual hired or awarded a Government contract be allowed to have contact with Indian children if they have been found guilty of, or entered a plea of nolo contendre (no contest) or guilty to, any offense under Federal, State, or Tribal law involving crimes of violence, sexual assault, molestation, exploitation, contact or prostitution, or crimes against persons. The Crime Control Act requires all federal agencies, every facility operated by the Federal Government, and every facility operated under contract with the Federal Government to conduct a criminal history background ch3eck on newly hired employees and contractors who will be performing services which involve contact with any child under the age of 18 years. Section 408 is a mandatory provision which requires the Indian Health Service to conduct a criminal history background investigation of all contractors performing services in Indian Health Service facilities prior to providing unmonitored contact with Indian children. Until the character investigation(s) has/have been completed and the Contracting Officer notified of the results, the Contractor shall not have unsupervised contact with Indian Children. PERIOD OF PERFORMANCE: Performance of this contract shall be for a twelve (12) month period, with an option to renew for two (2) successive twelve (12) month periods. If the government exercises the options pursuant to Federal Acquisition Regulation (FAR) 52.217-9-Option to Extend the Term of the Contract (MAR 2000), the period of performance shall be extended. CREDENTIALS: 1. Provide verification of current, unrestricted state license, certification, or registration, as applicable, to practice independently in their professional field. 2. It is the responsibility of the contractor to maintain the appropriate medical licensures and privileges throughout the duration of the contract. 3. One letter of reference. 4. Curriculum vitae/resume. 5. The selected vendor must apply for medical staff privileges at the Fort Peck Service Unit. 6. If the perspective contractor has already been credentialed, please so state and the Fort Peck Service Unit will verify. INSURANCE: 1. Indemnification and Medical Liability Insurance, FAR 52.237-7. 2. Contracting Officer, Indian Health Service, must obtain evidence of insurance PRIOR TO AWARD (FAR 37.402). PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The Federal Acquisition Regulation (FAR) provision 52.212-1 Instructions to Offerors Commerical Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 Evaluation?Commercial Items (JAN 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Cost; (2) Capability to provide services; (3) Qualifications: Subfactors; License, curriculum vitae, resume, reference letter; and (4) Insurance: The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.212-4 Contract Terms and Conditions Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, 52.216-18 Ordering, 52.216-19 Order Limitations, 52.216-21 Requirements, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.223-5 Pollution Prevention and Right-to Know- Information, 52.232-18 Availability of Funds; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.237-3 Continuity of Services, 52.242-17 Government Delay of Work; 52.224-1 Privacy Act Notification; 52.224-2 Privacy Act; 52.242-15 Stop-Work Order;52.245-1 Property Records, 52.245-2 Government Property (Fixed-Price Contracts), 352.202-1 Definitions, 352.224-70 Confidentiality of Information, 352.223-70 Safety and Health; 352.232-9 Withholding of Contract Payments; 352.270-2 Indian Preference; 352.270-3 Indian Preference Program; 352.270-4 Pricing of Adjustments; 352.270-6 Publications and Publicity; and 352.270-7 Paperwork Reduction Act. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8 Utilization of Small Business Concerns; 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-13 Restriction on Certain Foreign Purchases; 52.225-16 Sanctioned European Union Country Services; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.arnet.gov and http://www.hhs.gov/ogam/oam/procurement/hhsar.html. Interested parties may request information via e-mail at TCuny@mail.ihs.gov, by faxing the request to (406) 247-7108, or by calling (406) 247-7065. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide a written response to the technical evaluation factors in 52.212-2 and submit a completed copy of FAR provision 52.212-3 with its offer. The offeror shall agree to hold the prices in its offer firm for 120 days from the date specified for receipt of offers. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 2:00 p.m., on February 1, 2002. EMAILADD: TCuny@mail.ihs.gov
 
Record
SN20020112/00013289-020111090234 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.