Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2005 FBO #1181
SOLICITATION NOTICE

Q -- MEDICAL TECHNOLOGIST

Notice Date
2/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
621511 — Medical Laboratories
 
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-10-05-026-REL
 
Response Due
3/3/2005
 
Archive Date
3/18/2005
 
Small Business Set-Aside
Total Small Business
 
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, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), and FAR 37.104, Personal Services Contracts (Public Law 103-332, Department of the Interior and Related Agencies Appropriation Act, Title II, September 30, 1994, 108 Stat. 2530 as implemented by 25 U.S.C. 1638c). 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) 10-05-026-REL. This solicitation is restricted to 100% Small Business concerns. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26. The associated North American Industry Classification System code is 621511 and the small business size standard is $11.5 million. PRICE SCHEDULE: Item 1: 12 Weeks @ $________ per week = $__________; Item 2: 16 Hours @ $________ per hour = $__________. STATEMENT OF WORK: The purpose of this acquisition is to contract for a Medical Technologist to provide weekend coverage at the Blackfeet Service Unit, PHS Indian Hospital on the Blackfeet Indian Reservation, Browning, Montana. The contractor will be working from Saturday, 7:00 a.m., to Monday, 7:00 a.m. The contractor will work an 8-hour shift on each of the weekend days, starting at 7:00 a.m., with the remaining hours to be covered by callback. Major Duties: Performs a wide range of clinical laboratory tests/examinations according to the requests from the medical staff for use in clinical diagnosis, patient screening, monitoring patient therapy and status and other authorized purposes. Performance of standardized procedure in accordance with established methodology manuals, technical references and precedents. Performs chemical analysis on various body fluids. Performs complete blood counts, blood cell morphology, platelet counts, reticulocyte counts, various body fluid cell counts and other hematological tests. Performs coagulation studies including, but not limited to, prothrombin times, partial thromboplastin times and fibrinogens. Performs ABO, Rh, Du testing, Direct Antigen testing, compatibility testing including the identification of unexpected antibodies, cross matching and screening for maternal-fetal bleeds. Inoculates, isolates and identifies pathogenic bacteria from the following sources: cervical/urethral, throat, stool, sputum, wounds, urine, blood, etc. Uses the Vitek? system, when indicated to identify organisms from the sources listed. Performs urinalysis testing, chemical urine tests and HCG testing on serum and urine. Withdraws appropriate quantities of blood by venipuncture and/or capillary puncture using age specific techniques. Collects appropriate specimen for laboratory testing according to established procedures. Prepares specimens for shipment to the reference laboratories, following established guidelines for shipping. Maintains satisfactory quality control on all laboratory procedures and examinations performed, taking independent corrective action as outlined in procedure manuals. Performs basic troubleshooting on instruments using manufacturers manuals. These duties are performed on a daily basis, as needed, at this facility. The individuals will be working to maintain the hours of operation of the laboratory, timeliness of test results and the efficiency of the laboratory department. The Federal Tort Claims Act coverage for medical related claims is extended to the individual providing services pursuant to this contract. However, the services must be within the scope of the personal services contract. The Contractor shall prepare and complete all medical and other required reporting documents as required by IHS procedural guidelines and policies. 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 hospital and departmental 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. KNOWLEDGE AND EXPERIENCE REQUIRED: Professional knowledge of a wide range of medical technology concepts, principles and practices in order to perform a wide variety of specialized laboratory examinations. Chemical examination on blood, body fluids and other materials require the technologist to have theoretical and practical knowledge of technical equipment and perform tests that require precision and manual dexterity. Identification of bacteria, yeast, and fungi and requires a knowledge of differential media and physiochemical enzymatic reactions. Knowledge of human anatomy and physiology, skill in locating anatomical structures for phlebotomy including age specific techniques. Skill in equipment and instrument maintenance and remedial repair that assures functional reliability at all times. Skill and knowledge to participate in quality control, using judgment and initiative necessary to assure the accuracy of the work performed. GUIDELINES AND COMPLEXITY: The written guidelines are professional standards of the laboratory, regulations and policies by PHS, HAS, and IHS, as well as other U.S. Government and professional standards. These are not completely applicable to every situation likely to be encountered and the contractor must use judgment in interpreting and in some patient situations, adapting the guidelines. SUPERVISION: The medical technologist works independently performing chemical, hematological, immunohematological, coagulation studies, urinalysis and microbiological examinations and tests in the laboratory, following accepted practices and procedures. However, the medical is subject to the supervision and direction of the Laboratory Department Supervisor or his/her designee. All testing will be reviewed within 48 hours of completion for conformance to policies, regulations, and timeliness. PERFORMANCE-BASED SERVICE DELIVERY SUMMARY: The contractors performance will be measured based on the following Performance Requirements: (1) Quality of Performance; (2) Shift Coverage; (3) Documentation of Medical Records; and (4) Customer Service. The Performance Requirements will be measured against the following Government Performance Standards: (1) Provide Medical Technologist Services as specified in the Performance Work Statement; (2) Must be available for shift coverage; (3) Complete medical records in accordance with JCAHO requirements and Blackfeet medical staff by-laws, rules and regulations; and (4) 5 or more customer complaints. The Method of Government Surveillance to determine compliance with the Performance Requirements are as follows: (1) Peer reviews (i.e., written evaluations) and periodic conferences between the contractor and project officer; (2) Random Sampling by the project officer or her designee; (3) Random Sampling by the project officer or her designee; and (4) Validated Complaints. Deduction Schedule: A 5% deduction shall be assigned to each Performance Requirement. Deductions shall be assessed against individual invoices when services are not performed or do not meet contract requirements. PERIOD OF PERFORMANCE: March 12, 2005, through May 3, 2005. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all medical equipment and supplies. The Laboratory Department will be responsible for getting the Contractor access and clearance to all pertinent ARMS; intranet, internet, and computer services necessary to carry out his/her duties. 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 Contractors 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 its invoice to the Project Officer at the Blackfeet Service Unit, PHS Indian Hospital, P.O. Box 760, Browning, Montana 59417. The Contractor agrees to include the following information on each invoice: (1) Contractors name, address; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service including the number of hours/weeks worked; and (6) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes have been paid at the end of the contract term. 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. CHILD CARE NATIONAL AGENCY CHECK AND INVESTIGATION (CNACI). A CNACI must be completed for all Indian Health Service (IHS) contractor personnel within the Billings Area. Public Law (P.L.) 101-630, Indian Child Protection and Family Violence Prevention Act and P.L. 101-647, Crime Control Act of 1990, require the IHS to conduct a character and criminal history background investigation on all contractors performing services in IHS facilities. The character and background investigations will be conducted by the Blackfeet Service Unit. 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 provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial 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 and are included in the relative order of importance: (1) Certificate and/or License (Offerors must submit current certificate or license) = 35 POINTS; (2) Resume or Curriculum Vitae (Offerors must submit copy of resume or curriculum vitae) = 35 POINTS; and (3) Past Performance Information. The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts/jobs. The offeror must list at least three contracts/jobs and include the following information. (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service/Employment; (4) Total contract value/Hourly wage; (5) Description of contract work/Job duties; (6) Contracting Officer/Company Manager and telephone number; (7) Program Manager and telephone number, if applicable; and (8) Administrative Contracting Officer and telephone number, if applicable = 30 POINTS. 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, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.245-1, 52.245-2, 52.249-12, 352.202-1, 352.215-1, 352.215-70, 352.223-70, 352.232-9, 352.270-2, 352.270-4, 352.270-6, and 352.270-7. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-6, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13 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 provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must register with the Department of Defense Central Contractor Registration (CCR) database prior to award. The CCR is the primary Government repository, which retains information on Government contractors. You may register via the Internet at http://www.ccr.gov or by calling (888) 227-2423 or (269) 961-5757. All responsible offerors may submit a proposal, which shall be considered by the Agency. 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 March 3, 2005. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your companys name and address. Offers will also be accepted by e-mail at RLangager@mail.ihs.gov or by fax at (406) 247-7108.
 
Record
SN00753496-W 20050219/050217211721 (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.