Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2006 FBO #1557
SOLICITATION NOTICE

Q -- PERINATOLOGY SERVICES

Notice Date
2/28/2006
 
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-10-06-021-REL
 
Response Due
3/24/2006
 
Archive Date
4/8/2006
 
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 Subpart 37.4, Nonpersonal Health Care Services (41 U.S.C. 253). 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) 10-06-021-REL. This solicitation is issued on an unrestricted basis. 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 monthly rate for the base year and each option year. PERINATOLOGY CLINICS-BASE YEAR: 12 MONTHS @ $________ per MO = $__________; OPTION YEAR ONE: 12 MONTHS @ $________ per MO = $__________; OPTION YEAR TWO: 12 MONTHS @ $________ per MO = $__________; OPTION YEAR THREE: 12 MONTHS @ $________ per MO = $__________; OPTION YEAR FOUR: 12 MONTHS @ $________ per MO = $__________. STATEMENT OF WORK: The purpose of this acquisition is to acquire onsite Perinatology Specialty Clinic, onsite high risk ultrasounds, and to obtain ultrasound equipment for the Crow Service Unit, Crow/Northern Cheyenne Indian Hospital, Crow Agency, Montana. The procurement is a nonpersonal health care service contract, as defined in FAR 37.101, under which the Contractor is an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over the medical and professional aspects of services rendered (e.g., professional judgments, diagnosis for specific medical treatment). The Contractor shall indemnify the Government for any liability producing acts or omissions by the Contractor, its employees and agents occurring during contract performance. The Contractor shall maintain medical liability insurance, which is not less than the amount normally prevailing within the local community for the medical specialty concerned. The Contractor is required to ensure that its subcontracts for provisions of health care services contain the requirements of the clause at 52.237-7, including the maintenance of medical liability insurance. DESCRIPTION: The purpose of this procurement action is to acquire Perinatology Services. The services include: (1) A minimum of twelve (12) Perinatology Specialty Clinics at Crow Service Unit per year. The specialty clinics may be re-scheduled due to inclement weather but must be furnished each month; and (2) When the contractor desires to recommend surgery or diagnostic service not available at the service unit a referral must be submitted to the Service Unit Resource Management Committee for approval prior to the service. DUTIES ? SPECIALTY CLINICS: (1) Contractor sees high-risk obstetrical patients on a consultative basis, on-site, at the Crow/Northern Cheyenne Hospital. The structure of the Perinatology Clinic schedule will be determined in collaboration with the Service Unit Clinic Director of Physician Scheduler. (2) Contractor(s) shall prepare and complete in a timely fashion, the medical and other required records for all patients for whom the contractor treats (Service Unit medical by-laws). (3) Contractor shall comply with all IHS facility infection control and safety procedures, practices, and standards. (4) During the performance of this contract, the contractor shall provide services in a manner consistent with standards set by the accreditation body for the IHS Service Unit. (5) The HIPAA Act of 1996 (P.L. 104-91) mandates that 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. Violation of such confidentiality shall be cause for adverse action. IHS shall provide training on the Freedom of Information Act (as Amended) and the Privacy Act. All IHS regulations and policies applicable to these Acts shall be enforced. (6) Contractors who duties and responsibilities involve regular contact or control over children are subject to a character investigation as required by P.L. 101-630, the Indian Child Protection and Family Violence Prevention At. The IHS personnel offices will conduct these investigations following award of a nonpersonal services contract. The character investigation may be waived if, in the judgment of the Contracting Officer, in consultation with the Personnel Officer, and investigation has already been conducted and is in file. Until the character investigation has been completed and the Contracting Officer notified of the results, the contractor must not have unsupervised contact with Indian children. (7) Contractor shall actively cooperate with Quality Assurance/Performance Improvement functions within the Service Unit. (8) Provide onsite ultrasound equipment 365 days a year to include 3-and 4 ultrasound capability (specifications of equipment as noted on Attachment A). (9) Teleultrasound imaging sites at the Crow/Northern Cheyenne Hospital; and (10) Certified/licensed ultrasound tech support to perform the obstetrical ultrasounds onsite at the Crow/Northern Cheyenne Hospital on the days of clinics. GOVERNMENT RESPONSIBILITIES: (1) The Crow/Northern Cheyenne Hospital will provide health history summary information to the Contractor for any patient referred including which diagnostic and therapeutic modalities have been implemented up to the point of referral. (2) An orientation will be provided to the contractor prior to the initial notice to proceed. The contractor will be credentialed and privileged member of the Medical Staff at the Service Unit and subject to the Medical Staff by-laws. (3) The IHS will designate one or more of its medical officers to participate with the contractor in ongoing quality assurance activities. (4) The Crow/Cheyenne Hospital medical staff will review any of the Contractor?s patient management recommendations, which are elective in nature, for prioritization with current Contract Health guidelines. (5) The Crow/Northern Cheyenne Hospital will provide transcription services to the contractor to dictate medical reports to be placed in the Crow IHS patient files; and (6) The Crow/Northern Cheyenne Hospital will provide office space, patient Clinics. The Crow/Northern Cheyenne Hospital will provide access to and training in the Electronic Health Record to the contractor. CREDENTIALS: (1) Current, unrestricted state license, certification or registration, as applicable, to practice independently in their professional field. (2) Copy of all current, unrestricted state license(s). Include inactive licenses, if available. (3) Curriculum vitae/resume. (4) Completion of site-specific privileges. Accreditation requires each ?site? to credential each practitioner. (5) It is the responsibility of the contractor to maintain the appropriate medical licensures and privileges throughout the duration of the contract. (6) If a prospective contractor has already been credentialed, the Service Unit will verify existing credentials. (7) Contractor must complete and submit Medicare Unique Physician Identification Number (UPIN) Application. EQUIPMENT, FACILITIES, AND SERVICES: In order to perform the needed scope of work, the contractor must furnish/utilize the following equipment (equipment will be located as indicated) and staff to provide services: (1) Provide onsite ultrasound equipment 365 days a year to include 3 and 4 Dimensional ultrasound capability as outlined in attachment ?A?; (2) Teleultrasound imaging sites at the Crow Radiologist?s office and at the front nursing station in the Crow/Northern Cheyenne Hospital; and (3) Certified/licensed ultrasound tech support to perform the obstetrical ultrasounds on-site at the Crow/Northern Cheyenne Hospital. PERIOD OF PERFORMANCE: The performance of this contract shall be for a 12-month period with four 12-month options. 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 Paula Slyker, Medical Staff Assistant, Crow Service Unit. 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 end of each visit. 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; 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 character and background investigations will be conducted by the Crow 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) Equipment Requirements (Proposals will be reviewed to assure equipment being provided meeting the requirements of the program. Offerors must include documentation indicating what equipment will be utilized by the contractor or projected target date in which equipment will be available. All equipment must be accessible on the day the contract services begin)?35 POINTS; (2) Staffing Requirements (Proposals will be reviewed to assure proposed staffing for the Perinatology Clinics and high risk OB ultrasounds will be adequate and staffed by board certified perinatologist or group of perinatologists and that high risk OB ultrasounds are performed by a certified ultrasound technician. The perinatologist or group of perinatologists, providing services in the Perinatology Clinic at the Crow/Northern Cheyenne Hospital must meet the credentialing requirements in accordance with the Centers for Medicare and Medicaid Services (CMS), Joint Commission on Accreditation of Healthcare Organizations (JCAHO), Indian Health Service (IHS), Billings Area and Crow Service Unit regulations. The offer must include a list of the perinatologist(s), curriculum vitae, medical license, and board certification for each)-35 Points; and (3) Past Performance Information. The Contractor must describe past and current experience in the field of Perinatology?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, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-18, 52.237-2, 52.237-3, 52.237-7, 52.242-15, 52.242-17, 52.245-1, 52.245-2, 352.202-1, 352.215-1, 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, 52.219-8, 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 24, 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. 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.
 
Record
SN00996011-W 20060302/060228212113 (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.