Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2007 FBO #2075
SOLICITATION NOTICE

A -- After hours access to care phone services (period of performance 1 Oct 07 - 30 Sep 08)

Notice Date
7/31/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00259 34800 Bob Wison Drive Suite 1800 San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025907T0281
 
Response Due
8/9/2007
 
Archive Date
8/9/2007
 
Description
This a combined solicitation/synopsis is a sole source for commercial items, prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-07-T-0281 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 541611: $6.5M Quotations are due on or before 9 August 2007, 10:00AM Pacific Standard Time to be considered responsive. After hours access to care phone services (period of performance 1 Oct 07 ? 30 Sep 08). See SOW for more information. CLIN 0001 Basic Services QTY: 11880 calls Unit Price $____ Extended Price $_____ CLIN 0002 Dial Outs QTY: 5615 each Unit Price $_____ Extended Price $_____ CLIN 0003 Specialty Care QTY: 4115 each Unit Price $_____ Extended Price $_____ CLIN 0004 Daily Fax Report QTY: 12 months Unit Price $_____ Extended Price $_____ AFTER HOURS ACCESS TO CARE STATEMENT OF WORK DUTY HOURS The contractor shall provide services commencing on the date specified in this contract. Specific clinic hour coverage is defined in Attachment A. The contractor shall provide answering services during the hours of 1600-0700 Monday through Friday, and all day Saturday, Sunday, and Holidays. The contractor shall be compensated for all actual calls handled during the specified coverage, including calls handled during regular clinic hours of operation. DUTIES The contractor shall provide an answering service in an off-site location, using contractor-provided, fully-trained staff (answering operators are to be intelligible and English-speaking), facilities, equipment, information technology support, and supplies. The contractor shall provide services to the Naval Medical Center San Diego (General Pediatrics, Adolescent Clinic, and Internal Medicine) and the Primary Care Clinics (MCAS Miramar, NAS Coronado, Naval Training Center (NTC), TRICARE Outpatient Clinics (TOC), and the Active Duty Clinics). The contractor shall triage the caller to the appropriate clinic, and if that clinic is open during time of call (see Attachment A) the contractor shall either give the caller the clinic number, or proceed as defined for each clinic in Attachment A. Attachment A also includes the pager numbers for the points of contact for the specialty care services and examples of monthly call schedules. The contractor shall, on some occasions, also provide services during regular clinic hours. The Government will review Attachment A monthly and update same as required to ensure all contact information and regular clinic hours of operation covered in this contract are correct. NOTE: As required, the contractor shall accommodate unexpected provider and pager number changes without impact to the manner the answering service is conducted. The contractor shall receive incoming calls from prime beneficiaries and shall record the following: Caller?s relationship to the patient Patient's First & Last Name Sponsor's First & Last Name Family Member prefix Sponsor?s Social Security Number Patient?s date of birth Patient?s Primary Care Manager (PCM) Reason for the call Caller's phone number they would like the Provider to phone The contractor shall then triage the caller to the appropriate clinic (see Attachment A) and if the clinic is open, proceed per above. If the clinic is closed, the contractor shall page the appropriate provider following the instructions listed in Attachment A. Note: If the caller states that he/she needs a Specialist (Pediatric Endocrinology, Cardiothoracic Surgery, Vascular Surgery, Pediatric Surgery, etc.), please see Attachement A for clinic pager listings and protocol, clinic hours, and information to be given to callers during open clinic hours. The anticipated workload will ultimately be dependent upon the type and number of prime patients in the San Diego area TRICARE Prime System. Under this contract, NMCSD will certify and pay only for the actual number of beneficiary calls placed with the contractor. The anticipated call volume and reports will consist of approximately 1100 basic calls and 200 pager dial outs per month. REPORTING AND REPORTS For reporting purposes and technical cognizance ? Government Point of Contact: Tel. No. (619) 532- Fax No. (619) 532- E-mail Address: Each day the contractor will fax a copy of the record of all incoming calls to fax number (619). The record copy must pertain the following. ? Caller?s relationship to the patient ? Patient?s First & Last Name ? Sponsor?s First & Last Name ? Sponsor?s Social Security Number ? Patient?s date of birth ? Patient?s Primary Care Manager (PCM) ? Reason for the call ? Caller?s phone number they would like the Provider to phone ? Name of provider paged, time and response time By the fifth of every month, the contractor will fax a government approved document or documents with information about each patient, as delineated in paragraph title ?DUTIES? to fax number (619) XXX-XXXX. Your contracting officer representative is at (619) XXX-XXXX. OTHER REQUIREMENTS If the contractor is not located in the local San Diego, California, area, the contractor must have a toll-free phone line for the use of the PCG?s, PCM?s, and other NMCSD staff members who may need to contact the contractor. The contractor must have the personnel, organization, and administrative control necessary to ensure that the services performed under this contract are satisfactory and fully satisfy the Government?s requirements. The contractor must also have the requisite information technology capability to accommodate script changes, deploy new scripts, and a backup plan in the event of a system malfunction or during scheduled and unscheduled system maintenance. The contractor shall ensure services performed under this contract are fully compliant under the Health Insurance Portability and Accountability Act (HIPAA). The contractor shall protect patient privacy and security in the use and disclosure of protected health information. Contractor personnel assigned to this contract shall meet the experience, training, and answering service background requirements necessary in support of a medical treatment facility. Services shall be performed in an efficient, reliable, courteous, and professional manner. The contractor shall make every effort necessary to resolve staffing replacement, substitution, and other issues if the Government questions the qualifications or competence of any contractor personnel. The services rendered by the Contractor are rendered in a non-personal service contract capacity. The Government may evaluate the quality of administrative services rendered for purposes of contract inspection and acceptance. The Government retains no direct control over contractor personnel assigned to this contract and the services they perform. The Contractor shall be solely responsible for any and all liability caused by the acts or omissions of its agents or employees. The contractor shall not in any manner represent or infer that it is an instrumentality or agent of the United States Government. The Contractor shall recognize that the Commander, NMCSD, maintains administrative and operational responsibility for all activities within the Command and may take such actions as necessary to preserve and maintain the integrity of the Command, subject to the limitations prescribed by law and U.S. Navy Regulations. Qualifications: The contractor?s past performance information must reflect relevant experience in support of a medical treatment facility in the last three years. The contractor?s call management plan must include a brief description of the knowledge, training, and experience of the call/program manager and the call handlers that will be assigned to the performance of this contract. Personnel assigned by the contractor to the performance of this contract shall, at a minimum - read, write, speak and understand the English language; - be familiar with medical terminology; and - be fully trained and competent to handle all call situations. - End of Statement of Work - Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov Contractor MUST complete FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, when submitting a proposal. The website address is http://www.arnet.gov. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-17. This acquisition incorporates the following FAR clauses: 52.212-1 Instruction to Offerors-Commercial Item (SEP 2006) 52.212-3 Offeror Representations and Certification--Commercial Items (NOV 2006) 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2007) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2007) 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2006) 52.222-21 Prohibition Of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2002) 52.222-36 Affirmative Action For Workers With Disabilities (JUN 1998) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-18 Availability of Funds (APR 1984) 52.232-36 Payment by Third Party (MAY 1999) 52.237-7 Indemnification and Medical Liability Insurance (JAN 1997) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) 52.212-2, Evaluation ? Commercial Items (JAN 1999), the following factors shall be used to evaluate offers: 1) Price 2) Technical capability 3) Past Performance. All responsible sources may submit a quote which shall be considered. All responsible sources may submit a quotation which shall be considered by the agency. All interested bidders must submit quotation to Kimberly D?Souza., Naval Medical Center San Diego, Material Management Dept., Acquisitions Division, 34800 Bob Wilson Drive, San Diego, CA 92134 or by e-mail to kmdsouza@nmcsd.med.navy.mil on or before 09 August 2007, 10:00 AM. Pacific Standard Time to be considered responsive.
 
Record
SN01357816-W 20070802/070731221940 (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.