Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2004 FBO #0955
SOLICITATION NOTICE

R -- Mortality Review Services

Notice Date
7/6/2004
 
Notice Type
Solicitation Notice
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of Justice, Bureau of Prisons, Central Office Business Office, 320 First Street, NW, Room 5002, Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
DJBCOBRFQ0006
 
Response Due
7/30/2004
 
Archive Date
8/14/2004
 
Point of Contact
Carol Perry, Contracting Officer, Phone 202-307-3223, Fax 202-514-0523, - Donna Harris, Supervisory Contract Specialist, Phone 202-307-3943, Fax 202-514-0523,
 
E-Mail Address
cperry@bop.gov, ddharris@bop.gov
 
Small Business Set-Aside
Total Small Business
 
Description
MORTALITY REVIEW SERVICES-DJBCOBRFQ0006 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotations are being requested and written solicitation will not be issued. Solicitation number DJBCOBRFQ0006 will be issued as a 100% small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 541618. The Federal Bureau of Prisons, Central Office Business Office intends to secure a fixed price requirements contract, for a base year and four option years. The government reserves the right to exercise options. Orders will be placed for the performance of tasks. The Federal Bureau of Prisons (BOP) is seeking a medical professional to conduct external mortality reviews to objectively evaluate individual medical records of Federal inmates who died while under the medical care of the BOP. The purpose of this review is to focus on the quality and appropriateness of medical care which was provided to each individual inmate prior to his/her death. This review will provide a method of monitoring and evaluating the effectiveness of health services being provided and support the quality of care being delivered to inmates as compared to Community Health Standards. Reviews will be conducted at the Federal Bureau of Prisons; 320 First Street, NW; Washington, DC. All contractors desiring consideration shall be a practicing, licensed, Board Certified Physician with demonstrated experience in conducting peer reviews, quality assessment, and improvement studies. The government intends to make a single award to a contractor whose quotes offers the greatest value to the government based on lowest cost/technically acceptable offer. BACKGROUND: The Federal Bureau of Prisons (BOP) is responsible for the care and custody of inmates located in more than 100 of its facilities. The Health Services Division (HDS) of the BOP is responsible for assuring the provisions of health care services are consistent with community standards. These services are provided by Health Service Units (HSU) at the Federal Penitentiaries, Correctional Institutions, Camps, Detention Centers, Correctional Centers and Medical Referral Centers. Primary Care is provided at the Medical Referral Centers or community hospitals, while tertiary care is provided at community hospitals. The current average daily federal inmate population in the BOP is approximately 147,000. During fiscal year 2003 (FY 03), 346 inmate deaths occurred (death rate of approximately 240 per 100,000). At this current rate, during FY 04, the BOP will experience approximately 271 inmate deaths. As the inmate population increases over the next five Fiscal Years, approximately 271 or more inmate deaths will occur per Fiscal Year for a total of approximately 1355 deaths over the five-year period. SCOPE OF WORK: An external mortality review is required to objectively evaluate individual medical records of federal inmates who have died while under the medical care of the BOP. The purpose of this review is to focus on the quality appropriateness of medical care which was provided to each individual inmate prior to his/her death. This review will provide a method of monitoring and evaluating the effectiveness of health services being provided and support the quality of care being delivered to inmates as compared to community health standards. A single reviewer is required to conduct all scheduled review sessions for each performance period. Approximately six (6) review sessions will be conducted per performance period. Each review session should last for at least one day (i.e., 8 hours), but not more than two consecutive days. Normally, each review session should consist of an evaluation of approximately 35 to 50 inmate medical records. Each review session shall involve an extensive evaluation of each inmate?s medical record, including, but not limited to, the BOP?s Multilevel Mortality Review Reports. REPORTING: Based on the findings from each review session, the Contractor shall provide a Review Session Report listing any recommendations and/or improvements to the processes. This report shall be due to the Contracting Officer?s Technical Representative (COTR) within ten (10) working days following each review session. At the conclusion of each contract period, the Contractor shall submit a Summary Report analyzing the trends of the previous contract period including, but not limited to, the following recommendations and improvements; and comparisons to the findings in previous summary reports. All reports must be submitted in hard copy and transmitted electronically to the COTR in a Corel Word-Perfect format, version 11.0. The Contractor shall also be required to conduct one oral presentation of his/her findings of each review session to the Medical Director or his designee. This presentation will be done in connection with a regular scheduled review session. No additional trips will be required. This oral presentation shall be conducted at a mutually agreed time between the contractor and COTR. AVAILABILITY OF SERVICES: The Contractor shall be available for at least six (6) review sessions during each period of performance. Review sessions will be scheduled one session ahead of time by the COTR. In case of an emergency, which causes an approved reviewer to be unable to attend a scheduled review session, then the Contractor may either, at the discretion of the COTR, reschedule the review session to a later date or furnish a substitute who meets or exceeds the qualifications requirements as stated in the contract. EQUIPMENT AND SUPPLIES: The BOP shall provide the necessary facility in order for the Contractor to conduct each review session and present his/her findings to the Medical Director or designee. The Contractor is responsible for general office supplies necessary to conduct each review session. PLACE OF PERFORMANCE: Due to various security, confidentiality, and disclosure issues, actual inmate medical files, either hard copy or electronic data, shall not be provided to the contractor for review at contractor?s facility. These reasons include: the amount of documentation in each medical record; the quantity of medical records for each review session; and confidentiality and disclosure issues involved in the release of sensitive inmate medical records to outside entities. Therefore, the Contractor shall be required to conduct all scheduled review sessions at the following BOP facility: Federal Bureau of Prisons Health Services Division; Office of Quality Management; 320 First Street, NW, Room 1022; Washington, D.C. 20534. All services are required to be provided on a firm fixed price unit price requirements basis. QUALIFICATIONS, LICENSING, CREDENTIALING, AND CERTIFICATIONS: The individual conducting each review session must be a practicing physician with demonstrated experience in conducting peer reviews and quality assessment and improvement studies. Each offeror shall provide, as minimum qualifications for the reviewing physician and any possible substitutes thereof, photocopies of the following: Medical School Diploma; all Medical Licenses (current and past); Board certification(s); and a notarized letter indicating an Authorization for Release of Information, for purposes of primary source verification of the above credentials. RELEASE OF REPORTS: The Contractor is prohibited, under the terms of this contract, from releasing any data collected, maintained, or derived, as a result of work performed under this contract to any person, persons, (including inmates) or organizations other than designated BOP representatives. SECURITY REQUIREMENTS: In accordance with the Bureau of Prisons Human Resources Management Manual (P.S. 3000.02), offerors are advised that he/she must pass all required security checks and clearances necessary, prior to performance on any contract resulting from this solicitation. NON-PERSONAL SERVICES: Offerors are advised that this requirement is being awarded as a non-personal contractual arrangement between the Federal Bureau of Prisons and the awardee of this contract and not a personnel appointment. This service does not constitute an employer/employee relationship and will not be subject to Government supervision, except for security related matters. However, Contractor performance shall be closely monitored. EVALUATION CRITERIA: Technical - evaluation will be evaluated based upon the following technical criteria. 1) A demonstration of quality management skills as they relate to mortality reviews. 2) A demonstration of work tasks to completion, specifically management the quantity of file reviews per session. 3) A demonstration required Certifications and Licensor. 4) A demonstration of familiarity with Correctional Medical Records. 5) Geographic location of primary place of business. Past Performance - submit information concerning previous experience in delivering similar services. Past performance information shall include recent and relevant contracts for the same or similar services and other references (including contract numbers, point of contact with telephone numbers, and other relevant information). Offorers are advised that Past Performance will not be evaluated as a bases for award, rather used to support and document the responsibility of the contractor pursuant to FAR Part 9. Offorers are requested to submit any documentation which supports their ability to perform in accordance with the terms and condition of this solicitation. This may include resumes for reviewers, staffing plans, references, licensing and credentials, and statements or relevant experience. Pricing - each offeror shall complete their pricing based on a per-review session rate, inclusive of estimated travel expenses, Review Session Report, Summary Report and oral presentation. Pricing should be on a unit price charged for each review session for the base year and each option year. Offerors are required to multiply the unit prices by the estimated number of sessions (estimated 6 sessions per performance period) for each contract period to arrive at the total cost for the contract. This solicitation document incorporates provisions and clauses which are in effect through Federal Acquisition Circular (FAC) 2001-24, and are available at www.arnet.gov/far. FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JAN 2004); 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (MAY 2004); (REPRESENTATIONS AND CERTIFICATIONS MUST BE COMPLETED AND SUBMITTED ALONG WITH THE QUOTE). FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (MAY 2004), THE FOLLOWING CLAUSES ARE INCORPORATED BY REFERENCE IN PARAGRAPH (a) 52.222-3, CONVICT LABOR (E.O. 11755); AND 52.233-3, PROTEST AFTER AWARD (31 U.S.C. 3553). PARAGRAPH (b) 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (MAY 2004) (15 U.S.C. 637 (d)(2) AND (3)); 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999); 52.222-26 EQUAL OPPORTUNITY (APR 2002) (E.O. 11246); 52.222-35 EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (DEC 2001) (38 U.S.C. 4212); 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUNE 1998) (29 U.S.C. 793); 52.222-37 EMPLOYMENT REPORTS ON DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA AND OTHER ELIGIBLE VETERANS (DEC 2001) (38 U.S.C. 4212); 52.225-16 SANCTIONED EUROPEAN UNION COUNTRY SERVICES (FEB 2000) (E.O. 12849);52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (OCT 2003) (31 U.S.C. 3332); CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (OCT 2003); 52.223.6 DRUG-FREE WORKPLACE (MAY 2001); AND 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999). The following provisions and clauses are in full text. In accordance with FAR 52.216-1 CONTRACT TYPE-The government contemplates award of a firm fixed price requirements contract resulting from this solicitation. FAR 52.216-18(a), ORDERING (Oct 1995)-Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from the effective date of the contract (estimated award October 01, 2004), through September 30, 2005. FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)-The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more that once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within the period specified in the schedule. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)-The government may extend the term of this contract by written notice tot he Contractor within THE FIRST DAY OF THE ENSUING OPTION PERIOD; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. Evaluations will be based on technical acceptance and price. Department of Justice Residency Requirement Certification policy requires contractors providing services must have resided in or worked for the United States overseas for three of the last five years. Contractors must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov. Department of Justice (DOJ) Order 2560.2E Prohibits the use of non-U.S. Citizens in the performance of this contract or commitment for any position that involves access to or development of any DOJ Information Technology Systems. By signing this contract or by beginning performance, the contractor agrees to this restriction. In accordance with JAR 2851.201-70 (JAN 1985) CONTRACTING OFFICER?S TECHNICAL REPRESENTATIVE (COTR), Fred L. Mumford of the Federal Bureau of Prisons, Room 1040, 320 Firstreet, N.W., Washington, D.C. 20534, (202)305-7557, is hereby designated to act as Contracting Officer?s Technical Representative (COTR) under this contract. SUBMITTALS Quotations shall be submitted inclusive of the following completed information: 1) FAR clause 52.212-3 Representations and certifications; and technical, past performance, and pricing information, (as described in this announcement under Evaluation Criteria). Send quotation packet via fax to Carol Perry at 202-514-0523. Quotations are due July 30, 2004 by 12:00 noon Eastern Standard Time.
 
Place of Performance
Address: Federal Bureau of Prisons, Health Services Division (HDS), 320 First Street, N.W., Washington, DC 20534
Zip Code: 20534
Country: USA
 
Record
SN00615457-W 20040708/040706211645 (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.