Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2003 FBO #0616
SOLICITATION NOTICE

Q -- Psychiatry Services Locum Tenen (2)

Notice Date
8/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Great Lakes Health Care System, Great Lakes Acquisition Center, 5000 West National Avenue, Bldg. No. 5, Milwaukee, Wisconsin 53295-0005
 
ZIP Code
53295-0005
 
Solicitation Number
69D-332A-03
 
Response Due
8/8/2003
 
Archive Date
9/7/2003
 
Point of Contact
Point of Contact - Leon Ols, Contracting Officer, (414) 902-5416, Contracting Officer - Leon Ols, Contracting Officer, (414) 902-5416
 
E-Mail Address
Email your questions to Leon Ols
(leon.ols@med.va.gov)
 
Description
NA THIS IS A COMBINED SYNOPSIS/SOLICITATION. The GLAC (Great Lakes Acquisition Center) intends to negotiate a firm fixed price contract to provide Psychiatry Services (Locum Tenens) for the VAMC, Tomah, WI. Request for Quotation #RFQ 69D-332-03 entitled "Psychiatry Services" is hereby issued for commercial items as full and open competition and is prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, Part 13, Simplified Acquisition Procedures, and as supplemented with additional information included in this notice. This announcement incorporates provisions and clauses in effect through FAR FAC 2001-15 and VAAR 97-10. NAICS Code 621112 applies for this procurement and the small business size standard is $8.5 million. This combined announcement and solicitation constitutes the only bid document that will be issued. A separate written solicitation document will not be issued. Contractor's proposals (cost and technical) are herein requested. A response to requirements listed below shall be submitted on contractor's letterhead or formal quotation form and must address all requirements listed in a separate technical proposal. Contractor's price and technical proposal must contain the name; title and signature of person authorized to submit proposals/bids on behalf of the contractor. VAMC, Tomah has determined a requirement for two (2) Psychiatrists. The VA reserves the right to select Psychiatrists from different contractors resulting in multiple awards. WORK SITE & HOURS: VAMC, Tomah, Wisconsin and Community Based Outpatient Clinic (CBOC), La Crosse, WI (approx. 45 minutes driving time). One assignment will be at Tomah, M-F 8:00a - 4:30p, 1/2 hour lunch, with contract performance period from August 25, 2003 until a permanent employee is selected. The other assignment will be at the La Crosse CBOC; M, W, and Th; and at Tomah T and F, 8:00a - 4:30p, 1/2 hour lunch, with contract performance period ASAP until a permanent employee is selected. Hiring process expected to be a minimum of three (3) months. Both positions could also be scheduled to cover evening hours with other staff psychiatrists during the business week. Both positions will be scheduled, along with staff psychiatrists, for evening on-call duty, 4:30p - 8:00a and weekend/holiday on-call duty. Weekends begin 4:30p Friday and end 8:00a Monday. Holidays begin 4:30p day before holiday and end 8:00a the next business day. Tomah is a six building facility connected by above ground tramways. DUTIES: All duties and responsibilities of a staff psychiatrist, including but not limited to, admission/discharge, treatment and professional direction of inpatient care, specialized residential unit, outpatient care, psychiatric consultations, and Compensation & Pension Examinations. Also, applicant must be clinically competent to perform examinations, diagnosis, therapeutic treatment, handle emergencies, patient management and documentation in patient records. Must be effective in teaching (patient education and co-workers); planning, using administrative judgment and should have sound decision making skills. Dictates, utilizing central dictating system (training can be provided). Provide direction and participate in the treatment team (which includes clinical staff - psychologists, nurses, nursing assistants, licensed practical nurses, social workers, social work associates, physician assistants, dietitians, recreation therapists, rehabilitation technicians, addiction therapists), evaluate, develop and implement treatment plans; dictate admission and discharge reports; prepare examining physician's reports for courts on commitment cases, attend court hearings to provide testimony. An outpatient progress note must be completed for each episode of care. Individual will follow and meet all medical center policies, rules and regulations. The physician must be familiar with personal computers, have adequate typing skills to perform data entry (progress notes and physician orders), and be able to navigate through windows based computer programs utilizing a computerized medical record system. Training on the computerized system will be provided by the medical center. Participate in organization meetings as requested. The physician is required to be certified in Basic Life Support (CPR). Basic Life Support Certification (CPR) must be obtained through organization as recognized by the American Heart Association. The physician must maintain the certification during their work at the medical center. Where the contract does not require JCAHO accreditation or other regulatory requirements regarding work competency, the contractor must perform the required work in accordance with JCAHO standards. CERTIFICATIONS: United States citizenship. Degree of Doctor of Medicine or an equivalent degree resulting from a course of education in medicine or osteopathic medicine. Current, full and unrestricted license to practice medicine or surgery in a state, Territory, or Commonwealth of the United States, or in the District of Columbia. Board Certification or Board Eligible in the appropriate specialty area and have less than 4 years clinical practice after completion of postgraduate training or equivalent. PHYSICAL REQUIREMENTS: Proficient in the English language. Documentation that demonstrates of current a current physical that includes a current TB test and Hepatitis B vaccination. Proof that a two-step tuberculosis skin testing is up-to-date must be received prior to starting employment. If the physician has had a negative test within the past 12 months, a single step test will be done and again documentation needs to be provided prior to starting employment. SUPERVISION: Will report to the Clinical Director Mental Health Service/designee. CONTRACTOR RESPONSIBILITES: The contractor is required to develop and maintain the following documents for each contractor employee working on the contract; credentials and qualifications for the job; a current competence assessment checklist (an assessment of knowledge, skills, abilities, and behaviors to perform a job correctly and skillfully; includes knowledge and skills required to provide care for certain patient populations, as appropriate); a current performance evaluation supporting ability of the contractor employee to successfully perform the work required in this solicitation and the listing of relevant continuing education for the last two years. The contractor will provide current copies of these records at the time of contract award and annually on the anniversary date of contract award to the VA COTR, or upon request, for each contractor employee working on the contract. CREDENTIAL REQUIRED: Application package provided by the VA Medical Center Tomah, WI to be completed by the candidate. This includes: Curriculum vitae, current references, signed release of information from candidate, and statement that candidate does not have any physical or mental health condition that would adversely affect his/her ability to carry out assigned duties, and additional credentialing and privileging forms. Candidate will also be required to make application through the VET-PRO Internet process. Candidate will need to be enrolled in VET-PRO by our Credentialing and Privileging Coordinator at the VA Medical Center, Tomah, WI. The website address is: http://fcp.vetpro.org. Our facility ID number is: 676. Contractors employees must be present at VA and must be actually performing the required services for the period specified in the contract or the contract cost will be decreased accordingly during each billing cycle. A VA record-keeping system of contractor hours worked is established through time and attendance logs in the departments being served. The payments to contract personnel for any leave, including sick leave, holiday, or vacation time, is the responsibility of the contractor. Leave granted to contract employees would be in accordance with contractor policies. VA is not obligated to the Contractor during any absence. Evaluation of proposals offered will include the following factors: Professional qualifications, clinical skills/interpersonal skills, availability, past performance and price. Award will be made to the offeror(s) who provide the first acceptable candidate(s). Awarded offeror(s) is hereby notified that the position would be considered "low risk" under the positions sensitivity designate in accordance with IL 90-01-6 entitled Contractor Personnel Security Requirements. Evaluation may be made with or without discussions with the offeror(s). All responsible sources that can meet the requirements and provide services as listed above may respond to this solicitation by submitting cost and technical proposals (curriculum vitae) on their company letterhead or bid form. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far (FAR) and http://www.va.govoa&mm/vaar/ (VAAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation - Commercial Items; 52.212-3 Offeror Representations and Certification-Commercial Items (NOTE - Offerors must include a completed copy of "Offeror Representations and Certification" along with his/her offer); 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders - Commercial Items; VAAR 852.270-4 Commercial Advertising; 852.219-70 Protest Content; 852.236-76 Correspondence; 852.237-7 Indemnification and Medical Liability Insurance; 852.237-70 Contractor Responsibilities; 852.270-1 Representatives of Contracting Officers; and 852.233-71 Alternate Protest Procedure. Proposals shall include all information required in 52.212-1, Schedule of Prices Offered, a copy of published price list for the services proposed, and a completed copy of provision 52-212-3. Price quotation as follows: Line Item 1: Psychiatry services at bid rate of $________/hr with On-Call rate,to carry pager) of $__________/hr. Line Item 2: Psychiatry services at bid rate of $________/hr with On-Call (to carry pager) rate of $__________/hr. Total price $_____________. Price must be all-inclusive, including travel and lodging costs. Hourly rate will apply if actually called in for duty. No overtime rates will be paid. Offerors shall submit quotation ASAP to Leon Ols, Contracting Officer, Great Lakes Acquisition Center, 5000 West National Avenue, Building 5, Milwaukee, WI 53295. Faxed proposals will be accepted at (414) 902-5440. For further information, contact Leon Ols at (414) 902-5416.
 
Web Link
RFQ 69D-332A-03
(http://www.bos.oamm.va.gov/solicitation?number=69D-332A-03)
 
Record
SN00392414-W 20030807/030805213533 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.