Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
SOLICITATION NOTICE

Q -- Emergency Room Physician Services

Notice Date
9/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
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-10-05-060-JWB
 
Response Due
9/28/2005
 
Archive Date
10/13/2005
 
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 Program 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 Subpart 37.104, Personal Services Contracts (Public Law 103-322, 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 performance based commercial item contract in response to Request for Quotation (RFQ) 10-05-060-JWB to acquire Emergency Room Physician Services for weekend and holiday coverage for four (4) Federal holidays (Thanksgiving, Christmas, New Year?s and Independence Day). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. The associated North American Industry Classification System code is 621111 and the small business size standard is $8.5 million. PRICE SCHEDULE: Potential Offerors should propose an all-inclusive hourly rate. BASE YEAR: 3,328 Hours @ $________ per hour = $__________; 96 Holiday Hours @ $________ per hour = $________; OPTION YEAR ONE: 3,328 Hours @ $________ per hour = $__________; 96 Holiday Hours @ $________ per hour = $________; OPTION YEAR TWO: 3,328 Hours @ $________ per hour = $__________; 96 Holiday Hours @ $________ per hour = $________; OPTION YEAR THREE: 3,328 Hours @ $________ per hour = $__________; 96 Holiday Hours @ $________ per hour = $________; OPTION YEAR FOUR: 3,328 Hours @ $________ per hour = $__________; 96 Holiday Hours @ $________ per hour = $________. TOTAL AMOUNT Base + 4-option years = $__________. WORK SCHEDULE: Up to fifty-two (52), sixty-four (64) hour weekend shifts will be scheduled and four (4), 24-hour holidays will be scheduled per year. Shifts will be scheduled on (Fri.-Mon. from 4:00pm - 8:00am), and (Holidays from 8:00am - 8:00am). The proposal must be inclusive of transportation, food, per-diem and lodging. STATEMENT OF WORK/MAJOR DUTIES: This position is located at the PHS Indian Health Center, Northern Cheyenne Service Unit, Lame Deer, Montana. The purpose of the position is to provide comprehensive clinical medical care (education, prevention, curative, rehabilitative and emergency) at primary and secondary levels in Emergency Services Medical Specialty, in both the ambulatory and inpatient setting. Examines and diagnoses of health related conditions of individuals presenting themselves for care; refers individuals for consultation when appropriate; prescribes and carries out, therapy, in conformance with approved clinical privileges and Billings Area/IHS policy. Educates individuals on the nature of health related conditions, recommended therapy, and the general promotion of health and prevention of illness/disease. Assists, as able, in the teaching of primary care medicine to medical students, physician assistants, and other health professionals. Incumbent must be available for unpredictable shift coverage and inconsistent working hours. Primary work functions cover emergency room services but may include walk in clinic coverage during low emergency room utilization. Provider may also be required to provide medical evaluation and treatment of emergencies, which arise on the outpatient floor, when the primary or backup physicians are not immediately available. Conducts initial and periodic health examinations for finding physical defects in need of correction, and prescribes and implements remedial treatments required to correct these defects. Makes necessary arrangements and authorizes the transfer of patients to the appropriate hospital. This includes authorization for admission to contract facilities for emergency medical care and surgery. Informs appropriate personnel of CHS admissions as it pertains to emergency medical services. Records patient-provider transactions in the problem oriented medical record format and completes required data collection instruments, referrals, third party billing, and medical records as required. Refers patients and their families to Community Health Services personnel as appropriate to their continued care and follow-up. Provides medical control over the radio to EMT-Intermediate and EMT-Paramedics who provide advanced pre-hospital emergency medical services to Indian and Non-Indian patients on the Northern Cheyenne Indian Reservations in Big Horn and Rosebud Counties. Provides back up medical services/assistance for walk-in Clinic during slow times in the ER department. Additional Requirements: Board Certification in Emergency Medicine, Family Practice, Internal Medicine, or Internal Medicine/Pediatrics; Medical Practice experience of at least four years (residency included), with two years of E.R. experience; Current ACLS Certification (Certification can not be lapsed for more than 1 year); Current ATLS Certification (Certification can not be lapsed for more than 1 year); Current PALS or APLS Certification (Certification can not be lapsed for more than 1 year). The Federal Tort Claims Act coverage for medical related claims is extended to the individual providing services pursuant to this contract. The services performed must have been within the scope of the personal service contract. The Contractor must possess a thorough knowledge of the general primary care fields of internal medicine, obstetrics and gynecology, and pediatrics in order to treat a majority of patients. He/she must possess a specialized knowledge of the concepts, principles and practices of Emergency Medical Practice such as is obtained through the successful completion of a course of study leading to a degree of Doctor of Medicine or Osteopathy at an approved school, and the successful completion of post graduate training in an approved residency program. Board Certification in the specialty of emergency medicine, family practice, internal medicine, or pediatrics is also required. Must possess a license to practice medicine in the United States. Guidelines available include PHS/IHS Billings, area Service Unit, and Medical Staff regulations, policies, procedures, and by-laws. In addition, traditional and currently accepted medical practices are available in the form of specialty consultation, medical journals, and textbooks. In nearly all cases, however, the physician?s judgment is the key factor in determining whether guidelines are to be adhered to or deviated from or whether guidelines need to be developed to protect the interests of the patient. The work consists of a broad general practice of medicine involving evaluation and diagnosis, and treatment of inpatients and outpatients with an extremely wide variety of physical and emotional problems. It also includes the broad functions of medicine: education, prevention, cure and rehabilitation as they pertain to emergency medicine. Assignments are characterized by breadth and intensity of effort and generally involve the simultaneous application of multiple distinct skills, knowledge, and abilities in the care of one or more patients. The work is often difficult and further complicated by the fear and skepticism of patients undefined or ill-defined problems presented in advanced stages, and conflicting data. The work requires continued efforts to establish programs to resolve chronic medical problems among the population served. PERFORMANCE-BASED CONTRACTING: Performance-based contracting methods are intended to ensure that required performance quality levels are achieved and that total payment is related to the degree that services performed meet contract standards. SERVICE DELIVERY SUMMARY: 1) Performance Requirement: A) Quality of Performance. B) Shift Coverage. C) Documentation of Medical Records. D) Customer Service. 2) Performance Standard: A) Provide ER Physician Services as specified in the Statement of Work. B) As specified in the Statement of Work. C) Complete Medical Records in accordance with AAAHC requirements and requirements required by the Service Unit. D) 5 of more customer complaints. 3) Method of Surveillance: A) Peer Reviews (i.e., written evaluations and periodic conferences between the contractor, project officer, and Clinical Director/Chief Medical Officer. B) Random Sampling by the project officer or his/her designee. C) Random Sampling by the project officer or his/her designee. D) Validated Complaints. 4) Deduction Schedule. A) 5% deduction from monthly invoice. B) 5% deduction from monthly invoice. C) 5% deduction from monthly invoice. D) 5% deduction from monthly invoice. SUPERVISION: Works under the supervision of the Chief Medical Officer. Work is planned and conducted according to need under the guidance of the ER Program Director and is reviewed periodically for effectiveness and contribution to goals of the ER Program. COMPLEXITY: The work consists of a broad practice of emergency and general medicine, involving diagnosis and treatment of patients with an extremely wide variety of physical and emotional problems. Assignments are characterized by breadth and intensity of effort and generally involve the simultaneous application of multiple distinct skills, knowledge and abilities in the care of one or more patients. The work is often difficult and further complicated by the fear and skepticism of the patients, undefined or ill-defined problems presented in advanced stages, and conflicting data. Cases may be critical and require immediate decisions and/or are complicated because patients may be unconscious, intoxicated, unable or unwilling to respond. SCOPE AND EFFECT: The work of this position affects the health and well-being of individuals on an immediate basis and impacts the health status of the community on a broad basis. PERSONAL CONTACTS: Personal contacts are with patients, patient?s family, visitors, other staff physicians, nurses, EMS and ancillary service personnel as well as physicians and nurses from the private sector. May also have contact with representatives of federal, state and tribal health organizations as well as hospital administrators from the private sector. These contacts are made with individuals and occasionally groups in moderately unstructured settings. PURPOSE OF CONTACTS: The purpose of the contacts is to diagnose and treat ill and/or injured patients, to exchange information, resolve problems, educate, influence and motivate individuals and groups to understand and accept recommended medical information, diagnosis and treatments. PHYSICAL DEMANDS: The work required mild to moderate physical exertion, a high degree of stamina, extensive walking, standing, bending and similar activities. Patients may be required to be lifted from time to time. The physician may be required to remain awake on duty for periods up to 24-hours in duration. WORK ENVIRONMENT: The work is performed in a clinic setting, with continual exposure to patients having a variety of illnesses, injuries and communicable diseases. Occasionally, the contract physician may be subjected to adverse weather and hostile patients and/or families. Physician works on a regular assigned, rotation to provide continuity of medical services during weekends and selected holidays. HOLIDAYS: The following Federal holidays are observed under this contract. Thanksgiving Day the fourth Thursday in November; Christmas Day on December 25; New year?s Day on January 1st and Independence Day on July 4th. Holidays falling on a weekend will be observed the next or preceding day. REPORTING REQUIREMENTS: Federal/State taxes are not withheld from the Contractor?s payment. Therefore, the Contractor shall provide the Contracting Officer with evidence that payment of employment taxes have been made annually. The Privacy Act of 1974 mandates that the Contractor maintain complete confidentiality of all administrative, medical and personnel records, and all other pertinent information that comes to his/her attention or knowledge. The Privacy Act carries both civil and criminal penalties for unlawful disclosure of records. Violation of such confidentiality shall be cause for adverse action. IHS shall provide training on the Freedom of Information Act and the Privacy Act. All IHS regulations and policies applicable to these Acts shall be enforced. The Contractor shall comply with IHS facility infection control and safety procedures, practices, and standards. During the performance of the contract, the Contractor shall provide for the consistent performance of patient care processes according to the standards of the Accreditation Association for Ambulatory Health Care (AAAHC), who supplies accreditation to the Northern Cheyenne Service Unit, PHS Indian Health Center. GUIDELINES: Available guidelines include DHHS, PHS, IHS, Billings Area, Service Unit and Medical Staff regulations, policies, procedures and by-laws. In addition, traditional and currently accepted medical practices area available in the form of specialty consultation, medical journals and textbooks. In nearly all cases, however, the physician?s judgment is the key factor in determining whether guidelines are to be adhered to or deviated from whether new guides need to be developed to protect the interests of the patient. PERIOD OF PERFORMANCE: Performance for this contract shall be for a base year plus four- (4), twelve- (12) month option years. GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, SUPPLIES AND SERVICES: The Contractor will be authorized to use all areas of the facility made available to him/her. The Contractor must request clearance in order to access restricted areas of the facility, authorization must be granted and is to be used only for official business activities relating to job performance. The Contractor will be allowed to utilize copy machines, facsimile machines, libraries and telephone services and should only be utilized for official business activities relating to job performance. The Department will orientate the Contractor as to their specific duties and responsibilities. The Department will provide the Contractor with standard and specialized equipment and supplies needed for the performance and delivery of services including the use of a computer. The Department is responsible for getting the Contractor access and clearances 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 Northern Cheyenne Service Unit, PHS Indian Health Center, Lame Deer, Montana. 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 worked; and (6) 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. 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 Service Unit will conduct character and background investigations. 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. FEDERAL TORT COVERAGE: The Federal Tort Claims Act coverage for medical related claims is extended to the contract physicians providing services pursuant to this contract. However, the services performed must have been within the scope of the personal services contract. SAFETY: The contract physician must comply with all IHS facility infection control and safety procedures, practices and standards. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference; 52.216-27 Single or Multiple Awards. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION OF COMMERCIAL ITEMS (JAN 2004): (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 a current, unrestricted state license = 25 POINTS; (2) The contractor must submit a Resume or Curriculum Vitae = 25 POINTS; (3) Two letters of reference from current or past employers (include phone numbers) = 25 POINTS; (4) Describe past/present experience as it applies to this solicitation = 25 POINTS. Award will be made on the basis of price and other factors representing the best value to the government. 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. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-7, 52.204-8, 52.212-4, 52.212-5, 52.215-5, 52.216-27, 52.217-8, 52.217-9, 52.219-6, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.245-1, 52.245-2, 352.202-1, 352-215-1, 352.215-70, 352.223-70, 352.224-70, 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 the 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 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. 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. 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. 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 1:30 p.m., on September 28, 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 company?s name and address. Offers will also be accepted by e-mail at jay.windyboy@mail.ihs.gov or by fax at (406) 247-7108. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 90-days from the date of receipt by the Government.
 
Place of Performance
Address: PHS Indian Health Service, Northern Cheyenne Service Unit, Lame Deer, Montana 59043
Zip Code: 59043
Country: United States
 
Record
SN00893570-W 20050915/050913211730 (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.