Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2006 FBO #1817
SOLICITATION NOTICE

Q -- PATHOLOGY CONSULTANT

Notice Date
11/15/2006
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ-10-07-009-REL
 
Response Due
11/30/2006
 
Archive Date
12/15/2006
 
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 (10 U.S.C. 2304(g) and 2305 and 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 37.6, Nonpersonal Health Care Services (10 U.S.C. 2304 and 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) 10-07-009-REL. These services are being solicited on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13. The associated North American Industry Classification System code is 621111 and the small business size standard is $9.0 million. PRICE SCHEDULE - PATHOLOGY/IMMUNOHEMATOLOGY TECHNICAL SUPERVISORY SERVICES: BASE YEAR: 10 MONTHS @ $____________ per month = $________________; OPTION YEAR ONE: 12 MONTHS @ $____________ per month = $________________; OPTION YEAR TWO: 12 MONTHS @ $____________ per month = $________________; OPTION YEAR THREE: 12 MONTHS @ $____________ per month = $________________; OPTION YEAR FOUR: 12 MONTHS @ $____________ per month = $________________; GRAND TOTAL: $________________. PURPOSE OF THE CONTRACT: The purpose of this acquisition is to contract for a Pathologist for the Crow Service Unit, PHS 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. STATEMENT 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 Laboratory Department. The Pathology Consultant will provide clinical consultant and immunohematology technical supervision to the Laboratory Department. The services shall be performed according to the requirements and conditions in this statement of work. The contractor will provide Pathology Consultant Services, serving as a clinical consultant and as an Immunohematology Technical Supervisor for Blood Bank Services. These services are instrumental in the provision of patient care services within the Pathology/Laboratory Department and also allow the facility to maintain its accreditation. A recent CAP (accrediting organization) survey required that we obtain oversight of our blood bank services by a board certified pathologist. The services provided by the contractor shall be as comprehensive as the Indian Health Service supplied facilities, equipment and support services permits. The contractor is also required to provide recommendations in regards to quality assurance/performance improvement (QA/PI) monitoring, training and policy development for the laboratory. The contractor will be required to be onsite for one day quarterly to provide laboratory staff continuing education and to perform ongoing Laboratory QA/PI. The specific dates of service will be mutually agreed upon between the Laboratory Supervisor and Pathology Consultant at a reasonable time prior to each visit. The Pathology Consultant will provide the Laboratory Department with a written report detailing the status of findings and any recommendations after each visit. Two copies of the report shall be mailed to the Crow/Northern Cheyenne IHS Hospital, one copy to the Laboratory Director and one copy to the Medical Director. The contractor will be required to provide a regular report of hours worked to the project officer with an invoice. This report shall be verified with IHS Laboratory Services staff. The contractor will be required to complete all records in a timely fashion in accordance with JCAHO and CMS requirements, the statement of work, and in accordance with Crow Medical Staff by-laws and Agency rules and regulations. The contractor will be expected to assist and provide services and duties as may be requested for the normal operational requirements for the Department and personnel. The contractor shall provide work that is consistent with the guidelines and procedures of the IHS. The contractor's performance and abilities shall be evaluated based on performance standards that are contained in this statement of work. If appropriate and necessary, the contractor shall provide consultation to the Laboratory Supervisor on better improving and enhancing the program environment and delivery of services. The contractor shall advise the project officer, contracting officer, and/or program manager or their designated representative, of any problems encountered in connection with meeting the needs of the contractor's duties. The contractor should be proficient in writing, typing and having a basic working knowledge and understanding of computer hardware and software applications. The contractor shall have sufficient knowledge, competence and experience in providing these services on a regular schedule to the Billings Area IHS. The contractor shall possess sufficient initiative, interpersonal relationship skills, social sensitivity and appropriate professional behavior such that the contractor can relate constructively to IHS employees, contractors, vendors and individuals from the Native American community. KNOWLEDGE AND EXPERIENCE REQUIRED: The Pathology Consultant will provide the services of a board certified pathologist to consult for general laboratory consultation and technical supervision in the area of immunohematology. GUIDELINES: The clinical consultant/immunohematology technical supervisor shall establish and maintain a cooperative and effective working relationship with the Crow/Northern Cheyenne IHS Hospital Laboratory Director, administration, medical staff, and other departments. COMPLEXITY: The contractor shall provide Pathology Consultant services as a clinical consultant and serve as an Immunohematology Technical Supervisor for the Blood Bank services in the provision of patient care services at the Crow/Northern Cheyenne Hospital. Consultative services for the laboratory shall comply with the qualification standards of the federal government as specified in the February 28, 1992, Federal Register; 45 C.F.R. 493.1449; and Clinical Laboratory Improvement Amendments (CLIA) of 1988, Final Rule; specifically as it relates to a laboratory performing high complexity testing in the specialty of immunohematology. This service will also fulfill the requirement of "Transfusion Service Medical Director" for the College of American Pathologists (CAP) Accreditation. The Pathology Consultant may provide the Crow/Northern Cheyenne IHS Laboratory with the services of a qualified management level licensed Clinical Laboratory Scientist (CLS) to visit on a technical-consultative basis to assist the Clinical Consultant/Immunohematology Technical Supervisor in the performance of his/her duties, as deemed mutually agreeable to both parties. SCOPE AND EFFECT: The consultative services for the laboratory shall comply with the qualification standards of the federal government. PERSONAL CONTACTS: In connection therewith the Clinical Consultant/Immunohematology Technical Supervisor shall work closely with the Laboratory Manager and the Administrator in order to support the management of the Crow/Northern Cheyenne IHS Hospital and comply with applicable provisions of law, rules and regulations. PHYSICAL DEMANDS: The services will be provided by telephone, email, and or site visit and therefore requires no physical demands. WORK ENVIRONMENT: An established work area will be provided as deemed necessary by the Laboratory Supervisor. PERIOD OF PERFORMANCE: Date of Award (projected start date is December 2006) through September 30, 2007, with four 12-month options. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all necessary equipment and supplies. The Crow 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. COMPUTER SECURITY: Pursuant to the Federal Information Security Management Act of 2002 (FISMA), the contractor will be required to complete a course in Computer Security Awareness Training (CSAT). This training must be completed annually by all employees including all contractors, volunteers, students, and summer externs. The Contractor will be required to comply with the Federal Information Processing Standards Publication (FIPS PUB) Number 201, "Personal Identity Verification of Federal Employees and Contractors" and the associated Office of Management and Budget (OMB) implementation guidance for personal identity verification for all affected contractor and subcontractor personnel; and complete an Interconnection Security Agreement subsequent to contract award. 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 Crow Service Unit, PHS Indian Hospital, P.O. Box 9, Crow Agency, Montana 59022. 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. 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: (1) PROFESSIONAL LICENSURE (The offeror must provide evidence of a current, valid medical license in one of the U.S. states, territories, or commonwealths.) = 35 POINTS; (2) BOARD CERTIFICATION ( The offeror must submit evidence of Board Certification.) = 35 POINTS; (3) PAST PERFORMANCE = 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. Technical and past performance, when combined, are considered 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, 52.204-9, 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, 352.215-70, 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, 52.219-8, 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. CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST REGISTER WITH THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE. 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. 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. 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 November 30, 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 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
SN01181357-W 20061117/061115220310 (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.