Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2007 FBO #1880
SOLICITATION NOTICE

Q -- FAMILY PRACTICE PHYSICIAN SERVICES

Notice Date
1/17/2007
 
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-10-07-023-REL
 
Response Due
1/31/2007
 
Archive Date
2/15/2007
 
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)), 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 Acquisition. This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service reserves the right to award a single contract or multiple fixed-price performance based commercial item contracts in response to Request for Quotation (RFQ) 10-07-023-REL. This solicitation is issued on an unrestricted basis. The solicitation provisions and clauses are those in effect through Federal Acquisition Circular 2005-14. The associated North American Industry Classification System code is 621111 and the small business size standard is $9.0 million. PRICE SCHEDULE: Offerors should propose an all-inclusive hourly rate when submitting an offer. The contract physician services will be scheduled in approximately one month increments between February 2007 and January 2009. Offerors may submit a proposal for all one month increments or a combination of the one month increments for one or both Health Centers. Offerors are not limited to the number of one month increments they desire to propose. The Government reserves the right to award a single contract or multiple contracts, whichever is most advantageous to the Government. The hourly rate proposed will be the same rate used when seeing patients in the outpatient clinic setting and when rounding on hospitalized patients. The offer shall include 40 hrs/wk in the outpatient clinic with an additional 10 hrs/wk to admit and care for patients in the local hospital. WOLF POINT HEALTH CENTER: February 5, 2007 - March 2, 2007 or up to 200 Hrs x $__________ per HR = $____________; March 5, 2007 - March 30, 2007 or up to 200 Hrs x $__________ per HR = $____________; April 2, 2007 - April 27, 2007 or up to 200 Hrs x $__________ per HR = $____________; April 30, 2007 - June 1, 2007 or to 250 Hrs x $__________ per HR = $____________; June 4, 2007 - June 29, 2007 or up to 200 Hrs x $__________ per HR = $____________; July 2, 2007 - July 27, 2007 or up to 200 Hrs x $__________ per HR = $____________; July 30, 2007 - August 31, 2007 or up to 250 Hrs x $__________ per HR = $____________; September 3, 2007 - September 28, 2007 or up to 200 Hrs x $__________ per HR = $____________; October 1, 2007 - November 2, 2007 or up to 250 Hrs x $__________ per HR = $____________; November 5, 2007 - November 30, 2007 or up to 200 Hrs x $__________ per HR = $____________; December 3, 2007 - December 28, 2007 or up to 200 Hrs x $__________ per HR = $____________; December 31, 2007 - February 1, 2008 or 250 Hrs x $__________ per HR = $____________; February 4, 2008 - February 29, 2008 or up to 200 Hrs x $__________ per HR = $____________; March 3, 2008 - March 28, 2008 or up to 200 Hrs x $__________ per HR = $____________; March 31, 2008 - May 2, 2008 or up to 250 Hrs x $__________ per HR = $____________; May 5, 2008 - May 30, 2008 or to 200 Hrs x $__________ per HR = $____________; June 2, 2008 - June 27, 2008 or up to 200 Hrs x $__________ per HR = $____________; June 30, 2008 - August 1, 2008 or up to 250 Hrs x $__________ per HR = $____________; August 4, 2008 - August 29, 2008 or up to 200 Hrs x $__________ per HR = $____________; September 1, 2008 - September 26, 2008 or up to 200 Hrs x $__________ per HR = $____________; September 29, 2008 - October 31, 2008 or up to 250 Hrs x $__________ per HR = $____________; November 3, 2008 - November 28, 2008 or up to 200 Hrs x $__________ per HR = $____________; December 1, 2008 - January 2, 2009 or up to 250 Hrs x $__________ per HR = $____________; January 5, 2009 - January 30, 2009 or 200 Hrs x $__________ per HR = $____________. POPLAR HEALTH CENTER: February 5, 2007 - March 2, 2007 or up to 200 Hrs x $__________ per HR = $____________; March 5, 2007 - March 30, 2007 or up to 200 Hrs x $__________ per HR = $____________; April 2, 2007 - April 27, 2007 or up to 200 Hrs x $__________ per HR = $____________; April 30, 2007 - June 1, 2007 or to 250 Hrs x $__________ per HR = $____________; June 4, 2007 - June 29, 2007 or up to 200 Hrs x $__________ per HR = $____________; July 2, 2007 - July 27, 2007 or up to 200 Hrs x $__________ per HR = $____________; July 30, 2007 - August 31, 2007 or up to 250 Hrs x $__________ per HR = $____________; September 3, 2007 - September 28, 2007 or up to 200 Hrs x $__________ per HR = $____________; October 1, 2007 - November 2, 2007 or up to 250 Hrs x $__________ per HR = $____________; November 5, 2007 - November 30, 2007 or up to 200 Hrs x $__________ per HR = $____________; December 3, 2007 - December 28, 2007 or up to 200 Hrs x $__________ per HR = $____________; December 31, 2007 - February 1, 2008 or 250 Hrs x $__________ per HR = $____________; February 4, 2008 - February 29, 2008 or up to 200 Hrs x $__________ per HR = $____________; March 3, 2008 - March 28, 2008 or up to 200 Hrs x $__________ per HR = $____________; March 31, 2008 - May 2, 2008 or up to 250 Hrs x $__________ per HR = $____________; May 5, 2008 - May 30, 2008 or to 200 Hrs x $__________ per HR = $____________; June 2, 2008 - June 27, 2008 or up to 200 Hrs x $__________ per HR = $____________; June 30, 2008 - August 1, 2008 or up to 250 Hrs x $__________ per HR = $____________; August 4, 2008 - August 29, 2008 or up to 200 Hrs x $__________ per HR = $____________; September 1, 2008 - September 26, 2008 or up to 200 Hrs x $__________ per HR = $____________; September 29, 2008 - October 31, 2008 or up to 250 Hrs x $__________ per HR = $____________; November 3, 2008 - November 28, 2008 or up to 200 Hrs x $__________ per HR = $____________; December 1, 2008 - January 2, 2009 or up to 250 Hrs x $__________ per HR = $____________; January 5, 2009 - January 30, 2009 or 200 Hrs x $__________ per HR = $____________. The Health Centers are closed on federal holidays therefore the contract physicians will not work on January 1, Third Monday in January, Third Monday in February, Last Monday in May, July 4, First Monday in September, Second Monday in October, November 11, Fourth Thursday in November, and December 25. STATEMENT OF WORK: The purpose of this acquisition is to acquire family practice physician services for the Fort Peck Service Unit at Poplar and Wolf Point, MT using fixed-price personal services contracts. Work Schedule: Monday - Friday from 8:00 a.m. to 4:30 p.m., excluding federal holidays. The contractor will work 40 hours per week in the ambulatory care center and provide follow up and callback duties at the local hospitals as needed (not to exceed 10 hrs/wk). Scope of Work: The contractor will be expected to have the necessary education, training, licensing, previous work experience and competence to provide the services within the department. 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, MT and Chief Redstone Health Center, 550 5th Avenue North, Wolf Point, MT. The Fort Peck Service Unit has credentialing requirements the contractor(s) must comply with prior to performing services. Successful contractors will be provided with a credentialing package prior to starting work. Credentialing packages must be completed and returned to the IHS Credentialing Coordinator at least one week prior to the start date to give the Coordinator sufficient time for processing. The Credentialing Coordinator can be reached by calling 406-768-3491. The contractor must be credentialed in order to obtain privileges and clearances to perform the services. The contractor must maintain current licenses, certifications and credentials during the contract term. Since the contractor will be responsible for follow up and callback duties on patients admitted to the local hospital(s), inpatient privileges must be obtained by the contractor. The Credentialing Coordinator will help coordinate these efforts. The Fort Peck Service Unit has implemented the EHR (electronic health record) 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 requests, consults, radiology requests, diagnosis, ICD-9, CPT services and progress notes into the EHR system. The Contractor will be provided with 2 days of hands on training by the EHR Clinical Applications Coordinator (CAC) and further assistance if needed. For questions concerning the EHR system please contact our Clinical Applications Coordinator, Loren Bisbee at 406-650-7805. Government housing is available in Poplar, Montana at rates of $11.36, $13.36, and $14.93 per day (daily rates change each year) depending on apartment availability. The houses are approx. 1 block from the Verne E. Gibbs Health Center. There is no government housing available in Wolf Point, Montana. Hotels in Wolf Point include Sherman Motor Inn 406-653-1100, Homestead Inn 406-653-1300, and Big Sky Motel 406-653-2300. The hotels are not within walking distance of the health center. No GSA vehicle will be made available. The contractor shall advise the project officer, contracting officer, 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 physicians must pass a background investigation to obtain the privileges and clearances necessary to perform the services. Major Duties: Specific work duties include, but are not limited to the following: the contractor must have 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; the contractor must possess a specialized knowledge of the concepts and principles of the Family Practice discipline 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: interview and examine patients; review past medical history; request and/or perform diagnostic tests and examinations deemed necessary to obtain all possible information related to each case; make preliminary diagnosis; direct, prescribe or provide treatments, or arrange specialized care or patient referral as required; base decisions on information obtained and expert professional medical knowledge and high degree of skills and prescribed policies and procedures; make a note of observations to be incorporated into patient file and clinical records utilizing the electronic health record system; provide emergency care as required; provide definitive management in all medical categories for cases that do not require referral; give total patient care including prevention, health maintenance, early diagnosis, treatment, and follow-up services to patient under his or her care, refer only those patients with highly unusual illnesses or extremely complex injuries to other appropriate contract medical care facilities or other government health facilities; provide full clinical information for care and diagnostic procedures that cannot be adequately provided at local IHS facilities; assure 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; complete clinical reports to hospitals and/or other individuals and facilities; review the patient's medications, diet, therapy course, and adherence to management plan and patient observations; modify regimen as indicated; instruct and counsel 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, etc.) to utilize and coordinate the services of health care professional 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 required. Inpatient privileges must be obtained. 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 contractor's sole responsibility to pay their own taxes and other personal obligations that they may have. PROJECT OFFICER: Julie Bemer, Chief Executive Officer. SUPERVISION: Work will be reviewed to ensure compliance with policies and regulations and to ensure the physician is performing the services in accordance with the Scope of Work. SUPERVISOR: Wolf Point Health Center: Dr. Craig Levy, Acting Chief Medical Officer; Poplar Health Center: IHS Medical Officer on duty. PERIOD OF PERFORMANCE: February 2007 to January 2009. 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 computer systems necessary to carry out his/her duties. COMPUTER SECURITY: Pursuant to the Federal Information Security Management Act of 2002 (FISMA), the physician must complete Computer Security Awareness Training (CSAT). The training must be completed annually. In addition, the physician must 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. 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 is responsible for: (1) Monitoring the Contractor's technical progress 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. 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) Contractor's name and address; (2) Contract Number; (3) Invoice number and date; (4) Cost/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: (1) Professional Certifications and Licensure (Offerors must provide evidence of Board certificate, current ACLS, ATLS, and PALS or APLS certificates, and current unrestricted medical license)=25 POINTS; (2) Resume or Curriculum Vitae (Offerors must submit copy of resume or curriculum vitae that includes information relating to: (a) Professional Education; (b) Post-Graduate Training; (c) Required Specialty Training; (d) Required Medical Practice Experience for at least four years (including residency); (e) Hospital Affiliations; and (f) Professional Affiliations)=20 POINTS; (3) Suitability (Offerors must respond, in writing, to the following responsibility factors: (a) Professional liability claims and judgments made against the provider; (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) Problems with alcohol or drug abuse; (e) Previous loss, suspension, restriction, denial, or voluntary relinquishment of professional licensure or professional society membership; (f) Health status; (g) Revocation or suspension as a Medicare or Medicaid provider; (h) Professional liability cancellation within the past five (5) years; (i) DEA licensing investigations or actions; and (j) More than five (5) percent ownership of any medical facility, joint ownership or medical service, or equipment with a facility to which patients may be referred.)=25 POINTS; and (4) 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, 52.204-9, 52.212-4, 52.212-5, 52.215-5, 52.217-6, 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, 352.215-1, 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/oamp/dap/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 January 31, 2007. 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?s 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
SN01212597-W 20070119/070117220435 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.