Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2007 FBO #2104
SOLICITATION NOTICE

Q -- OPTOMETRY SERVICES

Notice Date
8/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
621320 — Offices of Optometrists
 
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-10-07-054-REL
 
Response Due
9/13/2007
 
Archive Date
9/28/2007
 
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) 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 37.104, 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). 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)-10-07-054-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 2005-19. The associated North American Industry Classification System code is 621320 and the small business size standard is $6.5 million. PRICE SCHEDULE - OPTOMETRY SERVICES: Potential offerors shall propose an all inclusive daily rate for CONTRACT LINE ITEM NUMBER (CLIN) ONE: 120 days @ $______________ per DAY = $______________. PURPOSE OF THE CONTRACT: The purpose of this acquisition is to contract for part time Optometry Services for the Fort Peck Service Unit, Verne E. Gibbs Health Center on the Fort Peck Indian Reservation, Poplar, Montana. The Fort Peck Service Unit mainly serves two tribes, the Assiniboine and Sioux. The user population is approximately 8,500 members and the Service Unit is located in the northeast corner of Montana. There are two ambulatory health care centers, one located in Wolf Point (Chief Redstone) and one in Poplar (Verne E. Gibbs). WORK SCHEDULE: The Contractor shall provide 10 Optometry Clinics each month, which will be scheduled during the weekdays, Monday through Friday, from 8:00 am to 4:30 pm., and coordinated with the project officer or her designee. STATEMENT OF WORK: Serves as primary eye care provider performing the full range of optometric duties, including examination of patients, diagnosis and treatment of diseases and disorders of the eyes, visual system and associated structures as well as diagnosis of systemic disease relative to ocular disease. DIRECT PATIENT DUTIES: Provision of comprehensive and limited ocular examinations on all types of patients including pediatric, adults, geriatric, low vision, contact lens patients, patients with various mental and physical disabilities and patients who work in occupations hazardous to their ocular health. Provisions of proper diagnosis and management of disease injury of the eye or adnexa, refractive error, and binocular dysfunction, using accepted diagnostic procedures, diagnostic drugs, topical and oral medications, and ophthalmic corrective devices consistent with modern optometric and medical standards of eye care. Co-management of complicated patients with ophthalmologists and primary care physicians. NON-DIRECT PATIENT CARE DUTIES: Planning, developing and adjusting elements of optometry services to meet the needs of the community. KNOWLEDGE REQUIRED BY THE POSITION: Knowledge and skills as evidences by graduation from an accredited school of optometry. Current licensure in any state of the U.S. or the District of Columbia including diagnostic (DPA) and therapeutic (TPA) privileges. Thorough knowledge and understanding of optometric procedures and medical treatment of eye disease to allow for application of advanced instrumentation and procedures including use of diagnostic and therapeutic drugs. Skills necessary to manage and plan an optometry program. Ability to provide direct patient care services without supervision. SUPERVISION: Administrative supervision is provided by the Supervisory Optometrist. Technical guidance is provided by the Billings Area Chief of Optometry. Patient care duties are provided without supervision but are subject to a peer review. SUPERVISOR: Amanda Haber, D.O.; ALTERNATE: JoEllen Maurer, Chief Pharmacist. GUIDELINES: Professional literature, prevailing standards of care, Department of Health and Human Services, Public Health Service, Indian Health Service and Service Unit policies. COMPLEXITY: The contract optometrist is the Service Units provider of primary eye care and the authority and resource for physicians and other providers as well as the referral source for services not locally available. Routinely, patients with multiple ocular and systematic health problems are served with the optometrist playing a key role on a multi disciplinary health care team. SCOPE AND EFFECT: The optometrist's duties are directly related to the preservation of health, prevention of injury, and treatment of disease in order to prevent blindness, disability and in some cases death. PERSONAL CONTACTS: Telephone, written, verbal and personal contacts with patients, families, physicians and other health professionals within and outside of the Indian Health Service, local educators, and local industrial safety officers. PURPOSE OF CONTACTS: To promote eye health and prevention of blindness and visual disability by educating individuals and groups as well as to provide necessary communication to maximize the outcome of patient care. PHYSICAL DEMANDS: Long periods of standing, moving between various pieces of equipment, and physically assisting patients. In addition, the optometrist must be able to use a manual examination chair to recline and return patients to a sitting position. WORK ENVIRONMENT: Duties are performed in a clinic setting. FEDERAL TORT CLAIMS ACT (FTCA) COVERAGE: Federal Tort Claims Act coverage for medical related claims is extended to the individual providing Optometry Services. However, the services must have been performed within the scope of the personal services contract. PERIOD OF PERFORMANCE: October 1, 2007, through September 30, 2008. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all necessary equipment and supplies. The Fort Peck Service Unit will be responsible for getting the Contractor access and clearance to all pertinent iProcurement; intranet, internet, and computer services necessary to carry out his/her duties. 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. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes has been made 15 days after each quarter. 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. 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 Contractor's 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 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) 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 childrens 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 Fort Peck Service Unit. 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 = 35 POINTS (Offeror must have a current, unrestricted State license, and must provide evidence of medical license); Resume or Curriculum Vitae (CV) = 35 POINTS (Offeror must submit a resume or CV); and (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, 52.223-5, 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, 52.249-12, 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, 52.219-6, 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://knownet.hhs.gov/acquisition/hhsar/default.htm. 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 September 13, 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 name and address. Offers will also be accepted by e-mail at Rita.Langager@ihs.gov or by faxing to (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
SN01388851-W 20070831/070829220609 (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.