Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2003 FBO #0609
SOLICITATION NOTICE

Q -- OBSTETRICAL SERVICES

Notice Date
7/29/2003
 
Notice Type
Solicitation 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
RFQ-10-03-052-REL
 
Response Due
8/15/2003
 
Archive Date
8/30/2003
 
Point of Contact
Rita Langager, Contract Specialist, Phone 406.247.7293, Fax 406.247.7108,
 
E-Mail Address
rlangager@mail.ihs.gov
 
Description
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 procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5 Test Programs for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b), FAR Part 12 Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), and FAR Subpart 37.4, Nonpersonal Health Care Services (10 U.S.C. 2304 and 41 U.S.C. 253). 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 commercial item contract in response to Request for Quotation (RFQ) 10-03-052. This solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. The associated North American Industry Classification System code is 621111 and the small business size standard is $8.5 million. The performance of this contract shall be for a 12-month period with the option to renew for 4 successive 12-month periods. Potential contractors may submit a proposal for either Schedule A or Schedule B or for both schedules. The IHS reserves the right to award a single contract for both Schedules or to award multiple contracts, one for Schedule A and one for Schedule B whichever is most advantageous to the Government. BASE YEAR – SCHEDULE A – PHS Indian Health Center, Poplar, Montana: Item A1. 104 Prenatal Visits @ $______ = $__________, ITEM A2. 12 Obstetrical Visits @ $______ = $__________; SCHEDULE B – PHS Indian Health Center, Wolf Point, Montana: Item B1. 104 Prenatal Visits @ $______ = $__________, ITEM B2. 12 Obstetrical Visits @ $______ = $__________; OPTION YEAR ONE – SCHEDULE A – PHS Indian Health Center, Poplar, Montana: Item A1. 104 Prenatal Visits @ $______ = $__________, ITEM A2. 12 Obstetrical Visits @ $______ = $__________; SCHEDULE B – PHS Indian Health Center, Wolf Point, Montana: Item B1. 104 Prenatal Visits @ $______ = $__________, ITEM B2. 12 Obstetrical Visits @ $______ = $__________; OPTION YEAR TWO – SCHEDULE A – PHS Indian Health Center, Poplar, Montana: Item A1. 104 Prenatal Visits @ $______ = $__________, ITEM A2. 12 Obstetrical Visits @ $______ = $__________; SCHEDULE B – PHS Indian Health Center, Wolf Point, Montana: Item B1. 104 Prenatal Visits @ $______ = $__________, ITEM B2. 12 Obstetrical Visits @ $______ = $__________; OPTION YEAR THREE – SCHEDULE A – PHS Indian Health Center, Poplar, Montana: Item A1. 104 Prenatal Visits @ $______ = $__________, ITEM A2. 12 Obstetrical Visits @ $______ = $__________; SCHEDULE B – PHS Indian Health Center, Wolf Point, Montana: Item B1. 104 Prenatal Visits @ $______ = $__________, ITEM B2. 12 Obstetrical Visits @ $______ = $__________; OPTION YEAR FOUR – SCHEDULE A – PHS Indian Health Center, Poplar, Montana: Item A1. 104 Prenatal Visits @ $______ = $__________, ITEM A2. 12 Obstetrical Visits @ $______ = $__________; SCHEDULE B – PHS Indian Health Center, Wolf Point, Montana: Item B1. 104 Prenatal Visits @ $______ = $__________, ITEM B2. 12 Obstetrical Visits @ $______ = $__________. SCOPE OF WORK: This procurement is a nonpersonal health care service contract, 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 and professional aspects of services rendered (e.g., professional judgments, diagnosis for specific medical treatment). The Contractor shall indemnify the Government for any liability producing acts or omissions by the Contractor, its employees and agents occurring during contract performance. The Contractor shall maintain medical liability insurance in an amount prevailing within the local community for the medical specialty concerned. The Contractor is required to ensure that its subcontracts for provisions of health care services contain the requirements of the clause at FAR 52.237-7. The Fort Peck Service Unit is seeking to provide one level of coordinated high quality care to pregnant women and their newborns in the safest environment possible. The Fort Peck Service Unit proposes to contract all of its prenatal, intrapartum, postpartum and newborn care to a qualified provider through the award of a commercial item, non-personal health care service contract. The Fort Peck Service Unit reserves the right to select more than one contractor if the Service Unit’s population needing prenatal, intrapartum, postpartum, and newborn care can be served most efficiently through more than one contract. BACKGROUND: The Fort Peck Service Unit mainly serves two tribes, the Assiniboine and Sioux. The user population is approximately 8,500 members. The Service Unit is located in the northeast corner of Montana. There are two ambulatory health care centers, Chief Redstone in Wolf Point and Verne E. Gibbs in Poplar. The majority of the approximately 170 deliveries per year take place at the Trinity Hospital, a private hospital located in the Wolf Point Community. DELIVERABLES: The Contractor shall provide services that include an organized onsite course of prenatal care, 4 days per week (2 days at Poplar and 2 days at Wolf Point) by a qualified health care provider. The Contractor must also make available an Obstetrician/Gynecologist to staff an onsite Obstetrical specialty clinic, 2 days per month (1 day at Poplar and 1 day at Wolf Point) to provide services to pregnant and postpartum women referred by the medical staff of the Fort Peck Service Unit. These services will include physical examinations, diagnostic and treatment recommendations, patient education, consultation, and follow-up. Documentation of these services shall be accomplished utilizing the IHS medical record and IHS standard forms only. The Contractor shall consult with the Fort Peck Service Unit Chief Medical Officer prior to prescribing any medication, diagnostic testing or services not provided directly at the Fort Peck Service Unit. The Contractor will be responsible for their own travel costs to the Service Units. The IHS will be responsible for transporting patients to the Contractor’s facility. The patients will be responsible for their own transportation upon discharge. The Contractor must provide a documented, clearly defined path of referral for hospital care for the normal obstetrical patient as well as for the woman who develops complications during pregnancy, labor an/or delivery. The contractor shall provide a documented plan of care for deliveries at a designated healthcare facility that has adequate personnel in nursing, anesthesia, surgical, obstetrical and pediatrics. Services such as anesthesia, obstetrical, pediatric coverage and competent obstetrical nursing staffing must be continuously available. Failure of the designated facility to meet these standards can result in cancellation of this contract. After delivery, the designated hospital facility must provide timely records of care for both the mother and the newborn to the Fort Peck Service Unit. REQUIREMENTS: (1) The Contractor will abide by the Privacy Act and Fort Peck Service Unit Compliance Plan; (2) Onsite providers of obstetrical care must each meet requirements set forth in the Billings Area Indian Health Service Credentialing and Privileging Circular; (3) The Contractor must follow Fort Peck Contract Health Service guidelines; (4) Obstetrical services must be provided and must be consistent with the current standards of the American College of Obstetricians and Gynecologists (ACOG); (5) Contractor personnel must pass background checks; and (6) The Contractor must provide a copy of DEA certificate or other proof of prescriptive authority for controlled substances II-V. The Contractor shall comply with all IHS facility infection control and safety procedures, practices and standards. The Contractor must maintain and demonstrate knowledge of and adhere to the IHS safety regulations. The Contractor shall comply with the following requirements: infection control, hazardous materials, safety, security, emergency preparedness, life safety, medical equipment and utilities in accordance with established management plans. CHILD CARE NATIONAL AGENCY CHECK AND INVESTIGATION (CNACI): A CNACI must be completed for all IHS contractor personnel within the Billings Area. Public Law 101-630, Indian Child Protection and Family Violation Prevention Act, requires the IHS to conduct a criminal history background investigation on all contractors performing services in IHS facilities. The background investigation will be conducted by the Service Unit personnel specialist in conjunction with the Billings Area IHS Personnel Office. EQUIPMENT, FACILITIES AND SERVICES: The IHS does not anticipate a need for Contractor furnished equipment or supplies for services provided onsite. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The project officer shall be responsible for: (1) Monitoring the Contractor’s technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit monthly invoices to the following address: Verne E. Gibbs Health Center, Attention: Project Officer, P.O. Box 67, Poplar, Montana 59255. The Contractor agrees to include the following information on each invoice: (1) Contractor’s name and address; (2) Contract Number; (3) Invoice number and date; (4) List of patients seen; (5) Price; (6) Dates of Service; and (7) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where Federally funded children's services are provided. SPECIAL CONTRACT REQUIREMENTS: Contractors cannot serve as “expert witnesses” in any suit against the Federal Government. Many of the IHS patients receiving services may only speak a native language and/or reside on a Native American Reservation, therefore, the Contractor must demonstrate sensitivity to cross-cultural and language differences. PROVISIONS AND CLAUSES: The following FAR provisions apply to this acquisition: 52.212-1, 52.212-3, and 52.215-5. 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 and are included in the relative order of importance: (1) The Contractor must submit an explanation of the proposed technical approach in conjunction with the tasks outlined in the scope of work. The detailed work plan must indicate how each aspect of the scope of work will be accomplished (e.g., documented referral for hospital care of the normal obstetrical patient as well as for the woman who develops complications during pregnancy, labor and/or delivery) as well as your facility’s experience with the coordination and provision of prenatal services, and your experience with IHS functions. The detailed work plan should be in as much detail as you consider necessary to fully explain your proposed technical approach or method; (2) Provide information relating to key personnel, resumes, licenses and certificates; (3) Provide evidence of AAAHC or JCAHO certification and/or State license; (4) Provide evidence of medical liability insurance; and (5) Provide copy of DEA certificate or other proof of prescriptive authority for controlled substances II-V. Technical and past performance, when combined, are approximately equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-6, 52.212-4, 52.212-5, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-18, 52.237-2, 52.237-3, 52.237-7, 52.242-15, 52.242-17, 52.245-1, 52.245-2, 352.202-1, 352.223-70, 352.232-9, 352.270-2, 352.270-3, 352.270-4, 352.270-6, and 352.270-7. The following FAR clauses cited in 52.212-5 are applicable to this acquisition: 52.203-6 with Alternate I, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.225-16 and 52.232-33. 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. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall submit a written response to the technical evaluation factors in 52.212-2 and a completed copy of FAR 52.212-3 with its offer. The Contractor shall agree to hold the prices firm for 90 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 August 15, 2003. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company’s name and address. Offers will also be accepted by e-mail at RLangager@mail.ihs.gov or by fax at (406) 247-7108.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-03-052-REL/listing.html)
 
Record
SN00386689-F 20030731/030729224346 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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.