Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2007 FBO #2005
SOLICITATION NOTICE

Q -- Radiology/Medical Imaging Services for Winnebago Service Unit

Notice Date
5/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, SD, 57401, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ-COM-07-06
 
Response Due
6/4/2007
 
Archive Date
6/19/2007
 
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) & 2305 & 41 U.S.C. 253(g) & 253a & 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), & FAR 37.4, Nonpersonal Health Care Service (10 U.S.C 2304 & 41 U.S.C. 253). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Aberdeen Area Indian Health Service (IHS) intends to award a firm fixed-price commercial item contract in response to Request for Quotation (RFQ) RFQ-COM-07-06. This solicitation is restricted to 100% Small Business concerns. The solicitation documents & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-16. The associated North American Industry Classification System code is 621111 & the small business size standard is $9 million. PRICE SCHEDULE: DIAGNOSTIC RADIOLOGY SERVICES: The proposed pricing must be all inclusive (to include but not be limited to transportation, food, lodging, per diem, and etc.). The contractor is responsible for all associated costs for the radiology interpretation services. CONTRACT LINE ITEM NUMBER (CLIN) ONE: PLAIN X-RAY - Estimated Quantities: BASE PERIOD: 2070 exams x $___ per exam = $___; CLIN TWO: SCREENING MAMMOGRAM EXAM ? Estimated Quantities: BASE PERIOD: 600 exams x $___ per exam = $___; CLIN THREE: DIAGNOSTIC MAMMOGRAM EXAM ? Estimated Quantities: BASE PERIOD: 100 exams x $___ per exam = $___; CLIN FOUR: REGULAR ULTRASOUND EXAM ? Estimated Quantities: BASE PERIOD: 1080 exams x $___ per exam = $___; CLIN FIVE: RETAKE FILM ? Estimated Quantities: BASE PERIOD: 25 retake films x $___ per film = $___; CLIN SIX: MONTHLY TRAINING SESSIONS ? BASE PERIOD: 12 months x $___ per month = $___. PURPOSE OF THE CONTRACT: The purpose of this contract is for the provision of radiology/medical imaging services for the IHS. The Aberdeen Area IHS requires contractor support from board certified radiologists available to provide services in the IHS Winnebago Hospital, hereafter referred to as IHS Hospital. The contractor shall furnish the necessary personnel, supplies, materials, and equipment to provide high quality radiology services to the IHS Hospital in compliance with JCAHO accreditation standards. IHS requires contractor services to continue without interruption during the resultant contract. This is a non-personal services contract. GOVERNMENT FURNISHED EQUIPMENT, FACILITIES, & PROPERTY: The IHS Hospital shall provide office space including a desk, chair, office and medical equipment and supplies, and dictation equipment for interpreting films. The IHS Hospital shall provide all required blank government forms applicable to the IHS Hospital Radiology services program. The IHS Hospital personnel shall provide an appropriate orientation to the necessity of such forms. The IHS Hospital shall provide all necessary radiology equipment for the contractor to conduct their duties including PACS (Picture Archiving Communication System). CONTRACTOR RESPONSIBILITIES: The contract radiologist shall: Provide interpretations of all standard x-ray procedures including head and neck, chest, spine, pelvis, upper extremities, lower extremities, abdominal series, bond density test and other special procedures that can be ordered by IHS Hospital medical staff and also can be done and also can be done and IHS Hospital Radiology Department; for example orthogram. Perform all required fluoroscopic procedures and provide interpretations for each procedure. Fluoroscopic procedures shall include but not be limited to barium enemas, and upper GI series. The contract radiologist shall furnish transcribed dictations in a completed format within 72 hours of delivery; dictations are to be transcribed onto standard form 519A ? Radiologic Consultations Request/Report Form (see attachment). Each completed form shall include the contract radiologist's signature in compliance with JCAHO standards. Provide consultation to the IHS Hospital radiology technologist concerning the quality of x-ray film submitted for interpretation. If required, the contract radiologist shall assist the IHS Hospital radiology technologists in the retake of film to improve the quality of the film. The contract radiologist shall monitor and report specific retake rates as required by JCAHO standards for diagnostic radiology services. Participate in all monthly peer review meetings scheduled by the IHS Hospital radiology department. Provide monthly teaching sessions or lectures to the IHS Hospital medical and technical staff (the teaching subject will be at discretion of IHS Hospital Medical Staff). Document each visit to the IHS Hospital with the completion of a daily report. The daily report shall include the number of film interpretations and procedures completed, participation in medical staff meetings (as a non-voting member) continuing medical education provided and other significant findings and recommendations. The daily report shall be submitted to the IHS Hospital radiology department. The contractor shall submit a final report summarizing the services provided to the IHS Hospital upon completion of the term of the contract. JOINT COMMISSION ON ACCREDITATION OF HEALTHCARE ORGANIZATIONS STANDARDS (JCAHO): The contractor shall assume the professional responsibility for assisting the IHS Hospital radiology department and staff in meeting and maintaining JCAHO accreditation standards. 1. All individuals who provide diagnostic radiology services have delineated clinical privileges. 2. Diagnostic radiology department is directed and staffed to provide quality radiologic service. a. Director is MD/DO with boards or has comparable qualifications. b. At least one qualified technologist is available 24 hours a day. c. Technologists do not perform fluoroscopic procedures alone. d. Outside sources available for services with the department cannot provide. 3. Diagnostic radiology department conducts an ongoing quality control program which includes mechanisms to monitor: a. Performance evaluations of equipment at least annually. b. Reject film rate for each machine analyzed by reason rejected. c. Participation in the IHS Hospital-wide equipment management program. d. Radiation doses emitted for each machine and each procedure. 4. Diagnostic radiology consultations, interpretations, and reports are included in the medical record: a. A provider orders all procedure requests. b. Requests include information necessary to ensure appropriate test(s). c. Interpretation only made by staff with specific privileges. d. Only authenticated reports are entered in the medical record. 5. IHS Hospital performance improvement plan. The performance improvement plan is designed to objectively and systematically monitor and evaluate the quality and appropriateness of patient care, pursue opportunities to improve patient care and resolve-identify problems. The contractor shall be responsible for the implementation of this plan for the imaging department. WORK SCHEDULE: Monday through Friday, 8:00 to 17:00 for the duration of the contract. Some weekends may be included with a two week notification. REPORTING REQUIREMENTS: Monthly invoices submitted as stated below. CREDENTIALING: The contractor shall investigate, verify, maintain and submit the documents required for credentialing in accordance with IHS Circular Number 95-01 for all radiologists providing services under this contract. Each radiologist must be credentialed and granted clinical privileges by the medical staff prior to providing services. The contractor must obtain the appropriate appointment forms from the clinical director at the IHS Hospital. RADIOLOGIST QUALIFICATIONS: Each contract radiologist must meet the following licensure, certification, educational and experience requirements. 1. Board certification from the American Board of Radiology has comparable qualifications. 2. Meet the criteria for medical staff membership including: a. Current and unrestricted medical license from a state, the district of Puerto Rico, or a territory of the United States. b. Diploma indication completion of an approved medical school program. c. Completion of an approved medical residency-training program in radiology. d. If applicable, a copy of the Education Commission of Foreign Medical Graduate certificate (ECFMG) or Fifth Pathway certificate. e. Relevant experiences and training in radiology as evidenced by three (3) letters of reference from individuals who can attest to the radiologist's judgment, competence, and character, one letter must be from the chief of staff or department chairperson from a hospital where the applicant has provided radiology services. f. Verification from the contractor that the health status of the radiologist is sufficient for the performance of radiology services under the contract. Evidence of a recent physical examination shall be acceptable. 3. Provide information on previously successful or currently pending challenges licensure or registration (state or district, DEA) or the voluntary relinquishment of such licensure or registration; voluntary or involuntary termination of medical staff membership or voluntary or involuntary limitation reduction, or loss of clinical privileges at another hospital; and current involvement with professional liability actions. 4. Evidence of medial liability coverage. All required certifications/licensures in this resultant contract must remain current during the life of the contract. The contractor shall not have any work or health restrictions which interfere with the performance of ultrasound services. The contractor shall maintain standards of personal hygiene & grooming compatible with the expectations of the Hospital clinical staff & the Indian community. SPECIFICATIONS & STANDARDS: The resulting contract shall be: 1. Be a non-personal service, which the contractor is independent, not considered an employee, & direct supervision is by the Radiology Supervisor. 2. Allow the IHS to evaluate the quality of professional & administrative services provided, but retain no control over the medical, professional aspects of the services rendered. 3. Require the contractor to indemnify the Government for any liability producing act or omission by the Contractor during contract performance. 4. In accordance with FAR 52.237-7, require the contractor to maintain medical liability insurance for the contractor personnel, in the coverage amount acceptable to the Contracting Officer, which is not less than the amount normally prevailing within the local community for the medical specialty concerned. Contractor shall notify the Contracting Officer of any change in insurance relating to this contract during the contract life. The notification shall provide evidence that they meet all the requirements of this clause. 5. Any subcontracts relating to this contract shall contain the requirements of FAR 52.237-7 clause. 6. The services provided by the contractor shall include but not be limited to radiology interpretation services. PERIOD OF PERFORMANCE: Date of Award through May 31, 2008. COMPUTER SECURITY: All Federal agencies are required by the Federal Information Security Management Act of 2002 to complete a course in Computer Security Awareness Training. Within HHS, there is a requirement for this training to be completed annually by all employees including all contractors, volunteers, students, summer externs, etc. 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 Federal funded children?s services are provided. 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 & assessment of performance & recommending technical changes: (2) Interpreting the PWS; (3) Technical evaluation as required; (4) Technical inspections & acceptance; & (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION & PAYMENT: The Contractor shall submit its invoice to the Project Officer at the Hospital & then to Contracting Officer, Aberdeen Area Indian Health Service, 115 4th Ave SE, Room 309 Federal Building, Aberdeen, South Dakota 57401. The Contractor agrees to include the following information on each invoice: (1) Contractors named, address; (2) Contract Number; (3) Invoice number & date; (4) Cost or price; (5) Dates of Service including number of hours worked; & (6) Remit to address. Payment shall be made by the Aberdeen Area Financial Management Branch, 115 4th Ave SE, Room 309 Federal Building, Aberdeen, South Dakota 57401. 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 & language differences. The Privacy Act of 1974 mandates that the Contractor maintain complete confidentiality of all administrative, medical & personnel records, & all other pertinent information that comes to his/her attention or knowledge. The Privacy Act carries both civil & criminal penalties for unlawful disclosure of records. Violation of such confidentiality shall be cause for adverse action. The IHS shall provide training on the Freedom of Information Act & the Privacy Act. All IHS regulations & policies applicable to these Acts shall be enforced. The Contractor shall comply with IHS facility infection control & safety procedures, practices, & standards PROVISIONS & CLAUSES: The following provisions & clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; & 52.212-3 Offeror Representations & Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to the acquisition & is provided in full test. 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 & other factors considered. Technical Proposal - The following factors shall be used to evaluate offers: (1) Methodology & Approach = 30 POINTS: (i) The Contractor will be available 8:00 ? 17:00 Monday through Friday and some weekends. (ii) The Contractor will interpret and assure the final interpretation results available to IHS Hospital within 72 hours. (iii) The Contractor will assure that the final interpretation is typed directly into the IHS RPMS Radiology package within 72 hours. (2) Experience with IHS = 20 POINTS: (i) The Contractor has successfully demonstrated the capacity to provide radiological support services to the IHS Hospital. (ii) The Contractor has experience and has utilized the IHS RPMS Radiology package to transcribe final radiology interpretation. (3) Key Personnel = 30 POINTS: (i) The Contractor has adequate number of Board Certified radiologists to meet the workload. (4) Past Performance = 20 POINTS: The technical proposal must include a list of similar contracts, government and/or commercial awarded to the offeror. The similar contracts must contain the same type of radiology service requirements outlined in the SOW. The offeror must demonstrate its record of successful performance in past contracts by including the following information for each contract. (i) The offeror must identify one contract which is considered to be most successful and the reasons for the success. (ii) The offeror will identify other similar contracts and indicate the record of performance. (iii) In the event the offeror did not have contracts which met the SOW the offeror will provide up to five other contracts deemed similar. (iv) For each of the above contracts, the offeror will provide the name, address and telephone number of the contracting organization, a point of contact, the dollar value and the dates of the contract. (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 & Health & Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-7, 52.204-9, 52.212-4, 52.212-5 with Alternate I, 52.215-5, 52.217-8, 52.21709, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-18, 52.233-4, 52.237-2, 52.237-3, 52.239-1, 52.242-15, 52.242-17, 52.243-1, 52.245-1, 52.245-1, 52.249-2, 52.249-8, 352-202-1, 352-215-1, 352.215-70, 352.223-70, 352.232-9, 352-270-2, 352.270-3, 352.270-4, 352.270-6, & 352.270-7. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.204-6 with Alternate I, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, & 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR & HHSAR provisions & clauses. The provisions & clauses may also be accessed electronically at http://acquisition.gov/far/index.html & http://www.hhs.gov/oamp/dap/hhsar.html. CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST REGISTER WITH THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE VIA THE INTERNET AT HTTP://WWW.CCR.GOV OR BY CALLING (888) 227-2423. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall 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 Aberdeen Area Indian Health Service, 115 4th Ave SE, Room 309, Federal Building, Aberdeen, South Dakota 57401, no later than 2:00 p.m. on June 4, 2007. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, & your name & address. Offers will also be accepted by fax at (605) 226-7669. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms & 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.
 
Place of Performance
Address: PO Box HH, Winnebago, Nebraska
Zip Code: 68071
Country: UNITED STATES
 
Record
SN01300120-W 20070524/070522220343 (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.