Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2006 FBO #1529
SOLICITATION NOTICE

Q -- FAMILY PRACTICE PHYSICIANS

Notice Date
1/31/2006
 
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
FQ-10-06-017-REL
 
Response Due
2/15/2006
 
Archive Date
3/2/2006
 
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 (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) reserves the right to award a single contract or multiple firm fixed-price commercial item contracts in response to Request for Quotation (RFQ) 10-06-017-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 2005-08. The associated North American Industry Classification System code is 621111 and the small business size standard is $8.5 million. PRICE SCHEDULE: Potential offerors may propose an all-inclusive hourly rate for one or both Health Centers. Physician services at the Poplar Health Center will be scheduled in 3 two-month increments therefore offerors have the option of submitting an offer for one or more two-month increments. WOLF POINT HEALTH CENTER: 1136 hours @ $__________ per HOUR = $__________; POPLAR HEALTH CENTER: March 27, 2006 through May 26, 2006 or 360 hours @ $__________ per HOUR = $__________; May 29, 2006 through July 28, 2006 or 344 hours @ $__________ per HOUR = $__________; July 31, 2006 through September 29, 2006 or 352 hours @ $__________ per HOUR = $__________. Offerors are also requested to provide an hourly rate for callback and overtime: CALLBACK RATE is $__________ per hour; OVERTIME RATE is $__________ per hour. The Health Centers are closed on federal holidays therefore the contract physicians will not work on May 29, July 4, and September 4. PERFORMANCE LOCATION: The contractor(s) will be carrying out their duties and fulfilling their contract obligations with the Indian Health Service at the following health care facility location(s): One family practice physician at the Verne E Gibbs Health Center, 107 H Street E, Poplar, MT 59255, 406-768-3491; and One family practice physician at the Chief Redstone Health Center, 550 6th Avenue, Wolf Point, MT 59201, 406-653-1641. STATEMENT OF WORK: The purpose of this acquisition is to acquire family practice physicians for the Fort Peck Service Unit at Poplar and Wolf Point, Montana using firm-fixed price personal services contracts. WORK SCHEDULE: Monday through Friday from 8:00 a.m. to 4:30 p.m. The contractor will work 40 hours per week and provide follow up and callback duties at the local hospitals. SCOPE OF WORK: The contractor will be expected to have the necessary education, training, licensing, previous work experience and competence in being able to provide the services within the department. Work performance shall be performed according to the requirements and conditions contained in this Statement of Work. The Fort Peck Service unit is located on the Fort Peck Assiniboine and Sioux Indian Reservation and consists of two Outpatient Health Centers in neighboring towns 22 miles apart, Verne E Gibbs Health Center, 107 H Street, Poplar, Montana and Chief Redstone Health Center, 550 5th Ave N, Wolf Point, Montana. The Fort Peck Service Unit has credentialing requirements that need to be met by the contractor(s) under personal service contracts prior to the contractor performing services at the Health Centers. Awarding contractor(s) will be provided a credentialing package prior to the start date of their period of performance. Credentialing packages should be completed and returned to our Credentialing Coordinator at least one week prior to start date in order to give the Coordinator sufficient time to process. The contact person for Credentialing privileges is Sherl Shanks at 406-768-3491. The contractor must be credentialed in order to obtain privileges and clearances necessary to perform medical services with IHS. The contractor must maintain current licenses, certifications and credentials during the entire length of this contract. Since the contractor will be responsible for follow up and callback duties on patients admitted to the local hospital(s), inpatient privileges will be need to be obtained by the contractor. Sherl Shanks will help coordinate these efforts and obtain hospital privileges. The Fort Peck Service Unit has implemented the EHR (Electronic Health Records) System. The EHR is a way to enter and track all patient information into a computerized database. The contractor will be responsible for entering medications, lab work, consults, radiology, diagnosis ICD-9, CPT Services and Progress notes into the EHR system. The Contractor will be provided 2-day hands on training by the EHR Clinic Application Coordinator and further assistance if needed. For questions concerning the EHR System please contact our EHR Clinical Application Coordinator, Loren Bisbee at 406-650-7805. Government housing is available in Poplar, Montana at a rate of $13.00 a day for a one-bedroom apartment and is within walking distance of the Verne E Gibbs Health Center, approximately 1 block. No GSA vehicle will be made available for this location. There is no government housing available in Wolf Point, Montana. Available Hotels in Wolf Point: Sherman Motor Inn 406-653-1100, Homestead Inn 406-1300 and Big Sky Motel 406-653-2300. The hotels are not within walking distance of the health center and a GSA vehicle will be authorized for use, for work purposes only. The contractor shall have a current valid state drivers license from any of the 50 United States or the Commonwealth of Puerto Rico. The contractor shall advise the project officer, contracting officer or program manager or their designated representative of any problems encountered or which may be encountered in connection with meeting the needs of the contractor?s duties. The contractor shall maintain acceptable standards of personal hygiene and grooming. The attire worn is casual. The contract resulting from this solicitation shall: Be considered a Personal Services contract, which is characterized by the employer-employee relationship it creates between the Government and the contractors personnel. The contract physicians selected and utilized under this contract must be able to pass their background investigation in order for them to obtain the privileges and clearances necessary to perform the requested services with IHS. MAJOR DUTIES: Specific work duties and services that the contractor shall provide under this contract shall provide include, but not be limited to the following: The contractor, in addition, to a thorough knowledge of the general medical fields, including working knowledge of the major primary care fields of internal medicine, pediatrics, and some obstetrics and gynecology; in order to treat a majority of patients, must possess a specialized knowledge of the concepts, principles, and practice of Family Practice specialty such as is obtained through the successful completion of a course of study leading to the Degree of Doctor of Medicine at an approved school of medicine and the successful completion of post graduate training in an approved residency program. As a General Family Physician the contractor will do the following: Interviews and examines patients; Reviews past medical history; Request and/or performs diagnostic tests and examinations deemed necessary to obtain all possible information related to each case; Makes preliminary diagnosis; Directs, prescribes or provides treatments, or arranges specialized care or patient referral as required; Bases decisions on information obtained, expert professional medical knowledge and high degree of skills and prescribed policies and procedures; Makes a note of observations to be incorporated into patient file and clinical records; Provides emergency care as required; Provides definitive management in all medical categories for cases that do not require referral; Gives total patient care including prevention, health maintenance, early diagnosis, treatment, and follow-up services to patient under his or her care; Refers only those patients with highly unusual illnesses or extremely complex injuries to other appropriate contract medical care facilities or other government health facilities; Provides full clinical information for care and diagnostic procedures that cannot be adequately provided at local IHS facilities; Assures completion of appropriate medical records for all patients seen to assure the accumulation and organization of all pertinent clinical data needed to provide comprehensive medical care; Completes clinical reports to hospitals and/or other individuals and facilities; Reviews the patient?s medications, diet, therapy course, and adherence to management plan and patient observations. Modified regimen as indicated. Instructs and counsels patients and/or family members as required; Must accept appropriate referrals based on provider knowledge and education for consultations and/or assumption of care from other IHS providers; Will work closely with other health professionals (i.e., Public Health Nurse, Social Workers, Health Education, etc.) to utilize and coordinate the services of health care professionals in the management of the patient?s medical, psychological and social problems; Contractor assists in the provision of continuing education, on-the-job training, and evaluation of medical procedures and processes relative to assurance of quality patient care; Displays appropriate professional conduct with patients, staff, and community at all times according to the IHS Standards of Conduct and participates willingly in the team approach; The contractor is required to maintain current licenses, certifications and credentials during the entire length of this contract; Follow-up and call-back duties on patients referred to the local hospital. Inpatient privileges will need to be obtained; and Electronic Health Record (EHR) System entry. Federal contract employees do not accrue any form of retirement, social security, insurance or any other form of benefits. The Federal Government does not withhold from the contractor, any local, State or Federal taxes. It is the contractors sole-responsibility to pay their own taxes and other personal obligations that they may have. PROJECT OFFICER: Julie Bemer, Service Unit Director; SUPERVISION: The supervisor defines the continuing assignment with procedures and methods to be used, priorities and deadlines. The supervisor helps the contractor with difficult or controversial aspects of the job requirements. The contractor uses initiative in planning and carrying out the day-to-day workload. Final work is reviewed, as needed, for the conformance to policies and regulations, timelines and satisfaction of the supervisor. The following IHS employees will assist the project officer in monitoring the contract and will be a designated as the primary supervisor and alternate supervisor. SUPERVISOR: Wolf Point Health Center: Dr. Michael Uphues, Chief Medical Officer; Alternate: Tim Kurokawa, Nurse Practitioner; Poplar Health Center: Dr. Craig Levy, Medical Officer; Alternate: Dr. Scott Marchant, Podiatrist. The responsibility of the Indian Health Service is to supervise, monitor and ensure that the contactor is adequately performing the requested services, deliverables, duties and responsibilities in accordance with the Statement of Work and performance standards for which standards for which they were hired to accomplish. PERIOD OF PERFORMANCE: Wolf Point Health Center?March 13, 2006, through September 29, 2006, to be filled by one (1) contractor for the entire period of performance; and Poplar Health Center?March 27, 2006, through September 29, 2006, to be filled by one (1) or more physicians in two-month increments as follows: March 27th, 2006 through May 26th, 2006; May 29th, 2006 through July 28th, 2006; and July 31st, 2006 through September 29th, 2006. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all medical equipment and supplies. The Fort Peck Service Unit 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. ORIENTATION: The contractor will be provided with an orientation as to the function of the Indian Health Service, the role/services that the contractor is going to be providing, the necessity and the use of Government forms, and the Indian community that is being served. The Area and/or Service Unit personnel shall provide the contractor with an initial orientation when first being brought on board as an IHS contract employee. An on-going and continuing orientation will be provided from the department supervisor and support personnel as the length of the contract progresses. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY (HIPAA): The Privacy Act of 1974 and the HHS Privacy Act mandates that Federal information systems must protect the confidentiality of individually identifiable data of patients utilizing a federal health care facility. The contractor shall 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. Violations of such confidentiality shall be cause for adverse action. COMPUTER SECURITY: All Federal agencies are required by the Federal Information Security Management Act of 2002 (FISMA) to complete a course in Computer Security Awareness Training (CSAT). Within HHS, there is a requirement for this training to be completed annually by all employees including all contractors, volunteers, students, summer externs, etc. 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 Fort Peck Service Unit, PHS Indian Health Center, P.O. Box 67, Poplar, Montana 59255. 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. 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 Administrative Officer at the Fort Peck 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) Unrestricted State License (Offerors must submit current unrestricted State 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, 352.224-70, 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, 52.219-6, 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 February 15, 2006. 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
SN00977235-W 20060202/060131213823 (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.