Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2005 FBO #1474
SOLICITATION NOTICE

Q -- ORAL SURGEON SERVICES

Notice Date
12/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
621210 — Offices of Dentists
 
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-10-06-013-REL
 
Response Due
12/21/2005
 
Archive Date
1/5/2006
 
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) 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 fixed-price, personal services, commercial item contract in response to Request for Quotation (RFQ) 10-06-013-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 2005-06. The associated North American Industry Classification System code is 621210 and the small business size standard is $6.0 million. PRICE SCHEDULE-ORAL SURGEON SERVICES: BASE YEAR: 18 DAYS @ $__________ per day = $__________; OPTION YEAR ONE: 24 DAYS @ $__________ per day = $__________; OPTION YEAR TWO: 24 DAYS @ $__________ per day = $__________; OPTION YEAR THREE: 24 DAYS @ $__________ per day = $__________; OPTION YEAR FOUR: 24 DAYS @ __________ = $__________; GRAND TOTAL: $__________. INTRODUCTION: This position is located at the Northern Cheyenne Service Unit, Branch of Dental, Lame Deer, Montana. The purpose of this position is to perform professional work in the field of dentistry, such as prevention, diagnosis and treatment of diseases, injuries and deformities of the teeth, the jaws, and other structures and connective tissues associated with the oral cavity and the masticatory system. Services needed for Northern Cheyenne Dental Clinic contract oral surgeon include but are not limited to: Ability to perform conscious sedation and Nitrous Oxide administration. The ability to perform those dental procedures associated with Oral-Maxillofacial surgery which include but not limited to: extraction of erupted teeth; surgical extrations of unerupted teeth both soft-tissue impactions and bony impactions; open and closed reduction of the maxilla and mandible, biopsies of both hard and soft tissue including excision; incision and drainage of infections; extraction of teeth or attachment of appliances to unerupted teeth for orthodontic puropses; alveloplasty; removal of exostosis- both maxillary and mandibular; endodontic surgery; removal of foreign bodies, suturing of traumatic wounds; alveolus stabilization of teeth; soft or hard tissue graft; oral antral fistula closure; and tooth replantation. All services to be provided in the Service Unit. Oral Surgeon to supply all needed materials, supplies, support personnel (Nurse Anesthetist) and other services needed according to ADA accepted standards. STATEMENT OF WORK- Duties and Responsibilities: A. Corrective and Restorative Measures: Performs various corrective and restorative measures, using knowledge and comprehension of the physical sciences underlying the practice of dentistry; professional knowledge of principles, practices and theories of dentistry; skill in diagnosis and treatment planning of an advanced professional nature; and skill in interpersonal relationships sufficient to treat patients. Tasks: (1) Removes unerupted and impacted teeth, residual root tips, and teeth with exposed roots. (2) Removes localized foreign bodies. (3) Corrects abnormal formation where proper occlusion is difficult to attain. (4) Performs root canal therapy. (5) Performs muco-gingival surgery. (6) Treats diseases of salivary glands and their ducts. B. Preventative Measures: Conducts various preventative procedures, using knowledge and comprehension of the physical sciences underlying the practice of dentistry; professional knowledge of principles, practices and theories of dentistry; skill in diagnosis and treatment planning of an advanced professional nature; and skill in interpersonal relationships sufficient to treat patients. Tasks: (1) Conducts prophylaxis treatment. (2) Conducts scaling and root planing. (3) Conducts individual oral health counseling. (4) Administers fluoride treatment. (5) Conducts readiness screening dental examinations. (6) Treats diseases of salivary glands and their ducts. C. Patient Behavior: Performs various duties necessary for patient management, using knowledge and comprehension of the physical sciences underlying the practice of dentistry; professional knowledge of principles, practices, and theories of dentistry; skill in diagnosis and treatment planning of an advanced professional nature; and skill in interpersonal relationships sufficient to treat patients. Tasks: (1) Refers patients. (2) Diagnoses source of patient management problems. (3) Consults with expert in patient management. D. Administration: Performs various administrative duties in the management of a dental clinic/office, using knowledge of management policies and practices. Tasks: (1) Ensures compliance with management policies and procedures. (2) Ensures timely completion and accuracy of all dental records, consultations, and any other medical records and reports pertaining to the dental patient. (3) Provides guidance in the professional development of the staff of the dental unit. (4) Keeps abreast of advanced technological changes and current standards of practice to maintain professional competency and provide state-of-the-art dental care. E. Other Work Requirements: (1) This position requires a degree of Doctor of Dental Surgery (DDS) or Doctor of Dental Medicine (DMD). (2) This position requires a current state license to practice dentistry. (3) The employee may be required to provide on-call emergency dental treatment during non-duty work hours on a scheduled rotating basis. KNOWLEDGE REQUIRED BY THE POSITION: Professional knowledge of dentistry sufficient to perform dental work in general dentistry. Advanced knowledge and comprehension of the physical sciences underlying the practice of dentistry, including anatomy, physiology, biochemistry, embryology, microbiology, pharmacology, and pathology in order to perform dental tasks of routine difficulty and some unusual cases. Knowledge of and skill in diagnosis and treatment planning, of an advanced professional nature, sufficient to regularly encounter, diagnose, and treat dental diseases and dental health problems of greater-than-usual difficulty. Skill in interpersonal relationships sufficient to treat patients with behavior problems. Knowledge of management policies and practices in order to oversee ancillary personnel, to ensure unit compliance with management policies and practices, and to provide guidance in the professional development of the staff. SUPERVISORY CONTROLS: Supervisor-Dr. Sandra Wilson, Chief Dental Officer; Alternate Supervisor-Dr. Brian Leach, Staff Dentist. Supervisor sets the overall objectives and resources available. Employee independently performs the full range of general dentistry duties consulting with and/or referring cases to other dental officers when highly specialized areas of dentistry are involved. Work is evaluated in terms of overall efficiency and effectiveness. GUIDELINES: Guidelines are in the form of Army regulations and installation/dental activity policies which provide parameters of standards and policy guidance, as well as professional publications which define accepted professional performance standards. Employee works within broadly stated professional standards that are non-specific as to action to be taken in individual cases. COMPLEXITY: Assignments involve diagnosis and treatment for the full range of dental cases; regularly involving diagnosing and treating dental diseases and dental health problems of greater-than-usual difficulty and dealing with dental health cases presenting patient-behavior and communication problems. SCOPE AND EFFECT: The purpose of the work is to provide dental treatment in many cases where the dental health problems are of greater-than-usual difficulty. Such work enhances the preservation of good health and the well-being of patients. The work affects the health and well being of the population served. PERSONAL CONTACTS: Oral surgeon will be working with the Dental clinic staff including staff dentists, dental assistants, hygienists and administrative assistant. The oral surgeon will also be working directly with patients, as well as pharmacy staff, administrative staff and supply staff. PURPOSE OF CONTACTS: Contacts with patients are for the purpose of providing direct diagnosis and performing treatment of routine dental problems and some cases where the problems are of greater-than-usual difficulty. Contacts with other professional and technical personnel are for the purpose of obtaining guidance and assistance, and referral of those cases where highly specialized areas of dentistry are required. PHYSICAL DEMANDS: Physical demands are high, due to standing, bending , stress due to nature of Oral Surgery, and working long hours. It also requires above average agility and dexterity. WORK ENVIRONMENT: Contractor will be working in a dental clinic within an ambulatory clinic. Work involves regular and recurring exposure to potential hazards of communicable diseases. Employee is required to wear personal protective equipment and follow appropriate protective measures. SPECIAL CONTRACT REQUIREMENTS: 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. 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. PERIOD OF PERFORMANCE: Date of Award (proposed start date is January 1, 2006) through September 30, 2006, with four 12-month options. GOVERNMENT FURNISHED PROPERTY: The Department will provide orientation to the Contractor as to their specific duties and responsibilities. The Department will provide the Contractor with 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. The Department must provide the Contractor with direction and proper workloads, which are appropriate with the normal day-to-day operations in the Department. 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, 100 Cheyenne Avenue, P.O. Box 70, Lame Deer, Montana 59043. 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. The Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107, shall make payment. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes has been made 15 days after each quarter. 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 Administrative Officer at the Fort Belknap Service Unit will conduct the character and background investigations. 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 for award purposes: (1) Professional Education = 15 POINTS; (2) Post-Graduate Training = 15 POINTS; (3) Required Specialty Training = 15 POINTS; (4) Required Clinical Practical Experience = 10 POINTS; (5) Professional Certification and Licensure = 10 POINTS; (6) Suitability = 15 POINTS; and (7) Past Performance Information. The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial in Laboratory Medical Technology. 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 = 20 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, 52.217-9, 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, 352.223-70, 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 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, 52.222-39, 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 December 21, 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
SN00947337-W 20051209/051207211928 (fbodaily.com)
 
Source
FedBizOpps 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.