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 -- CONTRACT DENTIST

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-10-06-014-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) 10-06-014-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-CONTRACT DENTIST: BASE YEAR: 20 DAYS @ $__________ per day = $__________; OPTION YEAR ONE: 20 DAYS @ $__________ per day = $__________; OPTION YEAR TWO: 20 DAYS @ $__________ per day = $__________; OPTION YEAR THREE: 20 DAYS @ $__________ per day = $__________; OPTION YEAR FOUR: 20 DAYS @ __________ = $__________; GRAND TOTAL: $__________. INTRODUCTION: This position is located at the Indian Health Service Dental Clinic located on the Northern Cheyenne Indian Reservation, Lame Deer, Montana. The purpose of the position is to provide advanced dentistry services in accordance with the Indian Health Service policies. MAJOR DUTIES: Duties involved in the position involve primarily clinical and occasional training activities. Typical duties include but are not limited to the following as privileged: A. Standard Dental Practices/Procedures: (1) Provides oral and radiographic examination of the oral cavity and provides diagnosis of pathological or irregular conditions; (2) Participates in an integrated oral health program with other health services; (3) Training activities involve working with dental auxiliary trainees during their clinical assessments and trainings; (4) Performs restoration of simple and compound cavities with standard and prescribed material; (5) Performs single and relatively uncomplicated multiple extractions of teeth; (6) Practices prosthetic dentistry by studying patient?s oral cavity to determine type of restoration required; takes oral impressions and bite registrations for crowns, bridges and dentures; tries temporary setups in patient?s mouth; and fits and inserts the finished appliances; (7) Performs uncomplicated root canal therapy; (8) Performs oral surgery procedures such as extraction of an impacted tooth or, a difficult alveolectomy in connection with fitting dentures or other appliances; (9) Performs periodontal procedures including the scaling of calculus and curettage; (10) Performs routine restorative procedures such as amalgams, resins and stainless steel crowns on pediatric dental patients. Fabricates and places fixed passive space maintainers where indicated. Often the use of behavior management techniques may be required; (11) Performs root canal therapy on the anterior teeth of both children and adults; B. Difficult Dental Practices/Procedures: (1) Removes unerupted and impacted teeth, residual root tips and teeth with exostosed roots; (2) Removes localized foreign bodies from the gingival tissues and alveolar sockets; (3) Performs prosthetic work involving complicated conditions such as lack of bone support for dentures and substantial change in oral formations; (4) Applies corrective treatment in cases of abnormal formation where proper occlusion is difficult to attain; (5) Performs molar & bicuspid canal therapy on the anterior teeth of both children and adults; (6) Treats cases of rampant caries in children; treats acute cases of cellulitis associated with dental pathology; treats diseases of salivary glands and their ducts; and performs muco-gingival surgery. (7) Plans and executes community dental health programs for oral disease prevention and patient education. (8) Manages actual or potential behavioral problems that require skill in patient management, involving both children and adult patients. C. May direct 1-2 subordinate employees in dental support work. D. Driving is sometimes necessary in this position. A government license is required. E. Performs other related duties as assigned. KNOWLDEGE REQUIRED BY THE POSITION: The work demands advanced professional knowledge and experience in diagnosis and treatment of cases representing out-of-the-ordinary dental health problems. It also requires skills in the handling of patients with behavioral problems. Normally, two or more years of professional dental experience and training are required. The contractor must have an in-depth knowledge and understanding of dentistry including diagnostic skills, treatment planning abilities, and skill in treatment. The incumbent must be able to relate the necessary skills and knowledge to the needs of the individual and community. For advance dental procedures, this knowledge, skill and ability is only gained through a degreed program, professional experience and training. SUPERVISION AND GUIDANCE RECEIVED: Works under the supervision of the Chief, Service Unit Dental Program who relies on the incumbent to independently perform professional dental work in many cases where the dental health problems are of greater-than-usual difficulty. Incumbent independently examines, diagnoses and treats commonly encountered dental diseases or oral health problems. When work involves unusual oral health problems, incumbent appropriately, consults with other dental officers or refers the case for treatment by others. Contractor consults with physician when there is a medical as well as dental problem involved. Work is reviewed in terms of overall efficiency and adequacy of the dental services rendered as well as conformance to policies, procedures, and practices relating to health care delivery. Professional guidance is provided by the Chief, Service Unit Dental Program. GUIDELINES: Plans and organizes work and sequence of assignments. Assignments are not always accompanied by instructions. Incumbent plans and carries out the successive steps and handles problems and deviation in work assignment with the guidance of the Chief, Service Unit Dental Program, PHS instructions and policies, and use of accepted professional practices. Guidelines include agency policies, regulations, operating policies and objectives, National IHS standards of the dental program and dental public health standards. COMPLEXITY: The work requires the dental officer to perform the full range of professional dental duties and perform difficult procedures. The dental officer must assess the oral health needs of the patients and the community and treat or consult with his/her supervisor or his/her superiors as needed. SCOPE AND EFFECT: The work of this position involves the assessment, treatment and prevention of dental problems in a variety of patients. The results of the treatment affect the general health of the patients served and the community as a whole. Work results are important to achieve the community, service unit, area and agency objectives of the program. PERSONAL CONTACTS: Personal contacts are with patients, staff members of the dental service, other professionals and staff of the service unit and area programs, tribal leaders, and tribal employees. These contracts may be repetitive or routine in nature. PURPOSE OF CONTACTS: Contacts with the dental staff are for the purpose of providing direct patient care. The incumbent will have personal work contacts with patients for the purpose of providing direct patient care. Contacts with patients are for the purpose of determining and assessing dental needs and for motivating patients towards the improvement of their dental health. Contacts with service unit professionals and staff is for consultation and referral as appropriate. As directed, incumbent works with tribal leaders and tribal employees in arranging community support. Incumbent is involved in program participation in health care decisions. Contractor often works with individuals and sometimes groups of people who may be familiar with professional health standards, the necessity of oral health and other essential health needs. PHYSICAL DEMANDS: Work requires long periods of sitting, recurring bending and reaching during clinical procedures. Above-average dexterity is also required in presenting demonstrations of oral hygiene techniques and in manipulating instruments. Travel on commercial airlines and driving a vehicle are sometimes required. WORK ENVIRONMENT: The work is most often performed in the dental clinic and in offices. The incumbent is regularly exposed to communicable diseases, radiation, airborne debris, waste anesthetic gases and ultraviolet light. Incumbent must wear surgical masks, gloves and eyeglasses while performing clinical work. The work environment involves risks and discomforts which require normal safety precautions that are standard in a clinical dental setting. This includes the safe use of dental equipment, avoidance of trips and falls, observance of fire regulations, and prevention of accidental puncture wounds. The work area is adequately lighted, heated and ventilated. 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 = 20 POINTS; (2) Post-Graduate Training = 20 POINTS; (3) Required Specialty Training = 15 POINTS; (4) Clinical Practical Experience = 15 POINTS; (5) Experience with Native Americans = 10 POINTS; (6) Professional Certification/Licensure = 10 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 = 10 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
SN00947338-W 20051209/051207211929 (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.