Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2006 FBO #1559
SOLICITATION NOTICE

Q -- PHYSICIAN ASSISTANT SPECIALIZING IN ENT SERVICES

Notice Date
3/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
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-10-06-024-REL
 
Response Due
3/23/2006
 
Archive Date
4/7/2006
 
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), 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) and FAR Subpart 37.6, Performance-Based Contracting. 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, performance-based, commercial item contract in response to Request for Quotation (RFQ) 10-06-024-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 621399 and the small business size standard is $6.5 million. PRICE SCHEDULE ? PHYSICIAN ASSISTANT: BASE YEAR: 50 DAYS @ $__________ per day = $__________; OPTION YEAR ONE: 100 DAYS @ $__________ per day = $__________; OPTION YEAR TWO: 100 DAYS @ $__________ per day = $__________; OPTION YEAR THREE: 100 DAYS @ $__________ per day = $__________; OPTION YEAR FOUR: 100 DAYS @ $__________ per day = $__________; GRAND TOTAL: $__________. STATEMENT OF WORK: (1) The contractor shall coordinate monthly Ear, Nose, and Throat (ENT) Clinics at the Ft. Peck (Poplar and Wolf Point, Montana), Northern Cheyenne (Lame Deer, Montana) and Crow Service Units (Crow Agency, Montana). This involves working closely with the contract Otolaryngologists, Audiologists, and all appropriate medical staff at each Service Unit. (2) The contractor shall perform direct clinic services, which include but are not limited to: (a) Report in depth medical histories by interviewing patients. (b) Perform and interpret complete examinations of the ear, nose, and throat using otoscopy, otomicroscopy, audiometric test results, nasal speculums, nasalpharyngealscope, tongue depressors, and laryngeal mirrors, and report the findings of the evaluation. (c) Prescribe medical treatment of diagnosis resulting from the ear, nose, and throat evaluation. (d) Counsel patients regarding recommendations and results of the evaluation. (e) Serves as a primary ENT consultant to the Physicians, Audiologists, and other appropriate staff at the Service Units. (f) Schedule appointments and perform referrals to the contract Otolaryngologists for those individuals who are at risk for hearing loss and chronic ear, nose, and throat problems. (g) Assist contract Otolaryngologists with ENT Clinics, referrals to other specialty clinics, and other subspecialties within the otolaryngology field. (3) The contractor shall coordinate the ENT surgical program at the Crow/Northern Cheyenne Indian Hospital in Crow Agency. This includes working closely with the Surgical Department to ensure all necessary surgical personnel and equipment is available for the contract Otolaryngologists. (4) The contractor shall perform inservice training to the Service Units Physicians, and other medical personnel on pathology and treatment of ear, nose, and throat diseases, as needed. (5) The contractor shall perform otologic screenings for school age children, Head Start children, and Nursing Home residents, as needed. The contractor shall work closely with the Audiologists for audiologic screening results to interpret the otologic and audiologic results for determining referrals and follow-up testing, as needed. (6) The contractor shall be available to teach nursing, pharmacy, physician assistant, and medical students in the ENT Clinics during clinic rotations, as needed. (7) The contractor shall identify alternate resources for funding surgical care when services can not be provided at the Crow/Northern Cheyenne Indian Hospital. (8) The contractor shall maintain a surgery log of all patients in need of surgery, have had surgery and of follow up treatment. (9) The contractor shall oversee the care and maintenance of all otologic equipment including appropriate safety checks. (10) The contractor shall determine equipment and supply needs for the ENT Clinics and submits requests to the appropriate Service Units or Area Communication Disorders Department. (11) The contractor will be subjected to the same periodic Quality Assurance/Peer Review process at each Service Unit that is established in the Policy and Procedures for all health care providers either by an IHS Physician Supervisor or IHS contract Otolaryngologists. (12) The contractor will provide 100 days of ENT Clinics per year, which will involve 2 days every other month at Ft. Peck Service Unit; once a month ENT Clinic with the Otolaryngologists rotating between Crow and Northern Cheyenne Service Unit; once a month pre-op history and physicals for ENT surgeries; and regular ENT Clinics at Crow, Lame Deer, and Pryor. (13) The contractor will provide a monthly working schedule of ENT clinics and ENT surgeries to the project officer and Communication Disorders Program Support Assistant for dissemination. SUPERVISOR: The Area Audiologist at the Billings Area Indian Health Service shall supervise, monitor and ensure the contractor is adequately performing the requested services, duties and responsibilities in accordance with the statement of work. Work performance is reviewed for conformance to Indian Health Service policies, procedures and accepted professional practices relating to direct patient care. PERFORMANCE-BASED SERVICE DELIVERY SUMMARY: The contract Physician Assistants performance will be measured based on the following Performance Requirements: (1) Quality of Performance; (2) Customer Service; (3) Adherence to contract schedules; and (4) Documentation of Medical Records or Electronic Health Records (EHR). The Performance Requirements will be measured against the following Government Performance Standards: (1) Provide direct Ear, Nose, and Throat (ENT) services and coordinate surgeries, as specified; (2) Reasonable, cooperative, and a commitment to customer satisfaction; (3) Scheduling of ENT preops, surgeries, clinics and clinics with ENT physicians, as specified; (4) Appropriately completes and reviews the medical records or EHR for examining, diagnosing, and treating ENT disorders. The Method of Government Surveillance to determine compliance with the Performance Requirements is as follows: (1) Two quality assurance (QA) peer reviews a year from two different Service Units, conducted every six months, with a copy provided to the project officer; (2) Validated call in patient complaints. (3) Misses two scheduled clinics a month, without valid reason; and (4) Two QA peer reviews a year from two different Service Units, conducted every six months, with a copy provided to the project officer. Deduction Schedule: (1) A 5% deduction from the invoice every six months if no review is sent to the project officer and has 50% or more inadequate marks; (2) 5% deduction from the invoice of two or more patient complaints per quarter; (3) 5% deduction from each monthly invoice; and (4) 5% deduction from the invoice every six months if no review is sent to the project officer and has 50% or more inadequate marks. Deductions shall be assessed against the invoices when services are not performed or do not meet contract requirements. 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 April 3, 2006) through September 30, 2006, with four 12-month options. GOVERNMENT FURNISHED PROPERTY: The following will be provided: Office space, including a computer, supplies, telephone, clerical support, General Services Administration (GSA) vehicle, all medical and specialized ENT equipment, and supplies needed to perform and deliver services at the Crow, Northern Cheyenne and Fort Peck Service Units. 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 Communication Disorders Program Support Assistant at the Billings Area Office, PHS Indian Health Service, 2900 Fourth Avenue North, P.O. Box 36600, Billings, Montana 59107. 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 Office of Human Resources, Billings Area Office, 2900 Fourth Avenue North, Billings, Montana will conduct the character and background investigation. 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/Specialty Training (The proposal must include a copy of a diploma or certificate.) = 10 POINTS; (2) Ear, Nose, and Throat (ENT) Physician Assistant Experience (The proposal must include a resume of experience. The proposal must include a narrative that describes the physician assistants experience and technical skills to perform the statement of work.) = 25 POINTS; (3) Hospital Affiliations (The proposal must include a copy of all current hospital affiliations.) = 5 POINTS; (4) Professional Certification and Licensure (The proposal must include a copy of all professional certifications and licensure.) = 15 POINTS; and (5) Professional Affiliations (The resume submitted with the proposal must include professional affiliations.) = 5 POINTS; (6) Suitability (Offerors must submit documentation with offer.) = 20 POINTS = Identify those that apply with an explanation for each (a) Professional liability claims and judgments made against the offeror; (b) Previous denial or revocation of medical staff membership at another facility; (c) Previous reduction, suspension, revocation, voluntary relinquishment, or non renewal of privileges at another facility; (d) Problem with alcohol or drug abuse; (e) Previous loss, suspension, restriction, denial, or voluntary relinquishment of professional licensure or professional society membership; (f) Problem with health; (g) Revocation or suspension as a Medicare or Medicaid provider; (h) Professional liability cancellation within the past five years; (i) DEA licensing investigation or actions; and (j) More than five percent ownership of any medical facility, joint ownership or medical service, or equipment with a facility to which patients may be referred.); and (7) Past Performance Information (Offerors must submit documentation with offer) = 20 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. 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, 352.270-4, 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 23, 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. 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 60 days from the date of receipt by the Government.
 
Record
SN00997816-W 20060304/060302211929 (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.