Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2006 FBO #1556
SOLICITATION NOTICE

Q -- PHYSICIAN-CHEMICAL DEPENDENCY CONSULTANT

Notice Date
2/27/2006
 
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
RFQ-10-06-025-REL
 
Response Due
3/10/2006
 
Archive Date
3/25/2006
 
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 commercial item contract in response to Request for Quotation (RFQ) 10-06-025-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 $9.0 million. PRICE SCHEDULE: Potential offerors shall propose an all-inclusive hourly rate for the services. PHYSICIAN - CHEMICAL DEPENDENCY CONSULTANT: 624 hours @ $________ per HR = $__________. PURPOSE OF THE CONTRACT: The purpose of this contract is to hire a Physician - Chemical Dependency Consultant to provide chemical dependency consultation services for the Billings Area Indian Health Service (BAIHS). The consultative services will be provided to the Indian Health Service, Tribal and Urban Indian Health Programs. The consultant will be based out of the Billings IHS Area Office in Billings, Montana with services being carried out throughout the BAIHS service area. The service areas will include the IHS and Tribal facilities located on the Blackfeet Indian Reservation, Browning, Montana; Crow Indian Reservation, Crow Agency, Montana; Fort Belknap Indian Reservation, Harlem, Montana; Fort Peck Indian Reservation, Poplar, Montana; Northern Cheyenne Indian Reservation, Lame Deer, Montana; and, Wind River Indian Reservation, Fort Washakie, Wyoming. The Urban Indian Health service areas are located in Billings, Montana; Great Falls, Montana; Butte, Montana; Helena, Montana; and, Missoula, Montana. STATEMENT OF WORK: (1) The contractor will provide expert medical consultation to physicians regarding interrelationship of chemical dependency and other complex medical problems. Provides emergency consultation regarding medical management of complicated withdrawal syndromes involving alcohol and a wide range of legal and illegal drugs. (2) The contractor will review the current education program of Chemical Dependency counselors for Counselor Certification and recommend any Area policy changes regarding Chemical Dependency Counselor Certification. Any recommended policy changes will be made in writing and submitted to the Associate Area Director, Office of Health Care Programs by July 1, 2006. (3) Advises and recommends to the Associate Area Director of Health Care Programs (AAD OHCP) policy, standards, technical issues, and medical care of alcohol and substance abuse problems. Provides recommendations to the AAD, OHCP regarding long term program development strategies based on current research and Area epidemiological data. (4) When requested, the Contractor will provide technical assistance and consultation to IHS, Tribal and Urban Programs on chemical dependency in the diagnosis and treatment of alcohol and substance abuse problems, protocols of care, preventive and treatment modalities, program development, policies and procedures, program review criteria and corrective action. (5) The contractor will work three days per week and as required. The contractor will be supervised by the Billings Area Indian Health Service Associate Area Director of Health Care Programs. (6) The contractor must be a medical doctor and have specialized knowledge of the field of chemical dependency. Must have a current, active and unrestricted medical license in accordance with the Billings Area Indian Health Service Circular No. 00-02, Professional Licensure/Certification. Must have five (5) years of experience as a physician administering a Chemical Dependency Program and must have provided medical care to patients as a physician. (7) The contractor will attend and participate in meetings and in-service sessions pertinent to carrying out the scope of work. (8) The Indian Health Service agrees to provide the Contractor with the following: (a) Office space, including a computer, supplies and telephone; (b) Clerical support; (c) Travel costs and any other transportation expenses in accordance with the Federal Travel Regulations (41 C.F.R. Chapter 300 through 304); and, (d) General Services Administration (GSA) vehicle. The Contractor is authorized for official purposes only, to utilize interagency fleet management system (IFMS) vehicle and related services. The contractor shall provide evidence of motor vehicle liability insurance covering bodily injury and property damage to protect the Contractor and the Government against third-party claims arising from the use of an IFMS vehicle. The contractor shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The contractor shall comply with the requirements of FAR subpart 51.2, 41 CFR 101-39, CFR 102.34 and the operator?s packet furnished with each vehicle. (9) The contractor will comply with the requirements of Public Law (P.L.) 101-630, Indian Child Protection and Family Violence Act and P.L. 101-647, the Crime Control Act of 1990, a Child Care National Agency Check and Investigation (CNACI) must be completed to a Criminal Background Check in compliance with P.L. 101-630. (10) The contractor will meet monthly with the Associate Area Director, Office of Health Care Programs to discuss the activities and address any problem areas. 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. GOVERNMENT FURNISHED PROPERTY: The Department will provide orientation to the Contractor as to their specific duties and responsibilities. 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. PERIOD OF PERFORMANCE: The performance of this contract shall be from date of award (anticipated start date is March 13, 2006) through August 11, 2006. 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 for this contract will be Kenneth Nicholson, Health System Specialist, Office of Health Care Programs, Billings Area Indian Health Service. 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. The Contractor agrees to include the following information on each invoice: (1) Contractors name, address and telephone number; (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 has been made 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 Fort Belknap 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: (1) Professional Education/License (Offerors must include documentation identifying the professional education of the physician (a resume or CV is acceptable) and a copy of the physicians medical license) ? 10 POINTS; (2) Post-Graduate Training (Offerors must include documentation identifying the post-graduate training for the physician, a resume or CV is acceptable) - 40 Points; (3) Required Specialty Training (Offerors must include documentation identifying the specialty training for the physician, a resume or CV is acceptable) ? 20 Points; and (4) Past Performance Information. The Contractor must describe past and current experience in the field of Chemical Dependency ? 30 POINTS. 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. For each contract identified the offeror shall also provide a discussion of problems encountered and their correction, as well as their accomplishments during the performance of the contract. If the offeror has no relative past performance they shall affirmatively state so. NOTE: The Government reserves the right to contact any point of contact provided by the offeror in evaluating the offeror?s past performance. Further, the Government reserves the right to use any information that comes to the attention of the Government in evaluating the offeror. Technical and past performance, when combined, are significantly more important than 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, 352.223-70, 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, 52.222-39, 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 March 10, 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 company name and address. Offers will also be accepted by e-mail at RLangager@mail.ihs.gov or by fax at (406) 247-7108.
 
Record
SN00995313-W 20060301/060227211743 (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.