Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2008 FBO #2476
DOCUMENT

Q -- DIAGNOSTIC RADIOLOGY TECHNICIANS - FAR provision 52.212-3

Notice Date
9/4/2008
 
Notice Type
FAR provision 52.212-3
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-08-056-REL
 
Archive Date
10/4/2008
 
Point of Contact
Rita E Langager,, Phone: 406.247.7293
 
E-Mail Address
rita.langager@ihs.gov
 
Small Business Set-Aside
N/A
 
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)), 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 Contracting. This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award multiple Indefinite Delivery Indefinite Quantity (IDIQ) commercial item, performance-based contracts in response to Request for Quotation (RFQ) 10-08-056-REL. The quantities of services specified in the Price Schedule are estimates only and are not purchased by this contract. Performance shall be made only as authorized by oral orders in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the services specified in the Price Schedule up to and including the quantity designated in the Price Schedule as the Maximum. The Government shall order at least the quantity of services designated in the Price Schedule as the Minimum. The Government shall establish and obligate estimated quantities at time of award based on the number of IDIQ contracts being awarded. 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 2005-26. The associated North American Industry Classification System code is 621512 and the small business size standard is $13.5 million. PRICE SCHEDULE – DIAGNOSTIC RADIOLOGY TECHNICIAN: Contract Line Item Number (CLIN) One: Rate for FULL WEEKENDS is $____________; A Minimum of 4 Full Weekends to a Maximum of 33 Weekends will be scheduled by the Indian Health Service; CLIN 2: Rate for WEEK NIGHTS is $____________; A minimum of 4 Weeknights to a Maximum of 34 Weeknights will be scheduled by the Indian Health Service; CLIN 3: Rate for HOLIDAYS OR ADDITIONAL DAYS is $____________; A minimum of 3 Holidays or Extra Days to a Maximum of 21 Holidays or Extra Days will be scheduled by the Indian Health Service. INTRODUCTION: The services will be performed at the Fort Belknap Health Center, Harlem, Montana. The contractor(s) will be expected to perform diagnostic x-rays during and after regular hours including day shifts, evenings, nights, weekends, and holidays. Regular hours are from 8:00 a.m. to 7:00 p.m., Monday through Friday. Callback hours are from 7:00 p.m. to 8:00 a.m., Monday through Thursday and from 7:00 p.m. on Friday until 8:00 a.m. on Monday. The work schedule will be coordinated with the project officer or his/her designee. The contractor(s) are responsible for a variety of basic and complex radiographic examinations. The contractor(s) will be expected to assist in all emergency/disaster situations when called upon. DIAGNOSTIC RADIOLOGY TECHNICIAN PERFORMANCE WORK STATEMENT: The contractor(s) will perform radiologic examinations per request by medical staff for use in clinical diagnosis, patient screening, monitoring patient therapy and status, and other authorized purposes. The accomplishments of such examinations include but are not limited to the following. (1) Performs procedures such as intravenous pyelograms, with necessary medical assistance. Sets up the x-ray room. Assures that sterile supplies, local anesthetics, contract materials, catheters, and other required equipment are present and laid out. Prepares contract material for administration by the physician. (2) Performs a variety of routine diagnostic radiographic examinations in addition to those requiring deviation from standard guidelines for positioning and for setting technical factors due to patients condition or other unusual circumstances (unconscious patient, paraplegic patient, seriously injured or otherwise physically and mentally unable to cooperate). Routine exams performed are skull, facial, mastoids, sinuses, spine, pelvis, abdomen, chest, extremities, and gallbladder. (3) Schedules patients for examinations, taking into consideration the complexity of reservation travel, special requirements of patients, and type of exam requested to allow for efficient use of limited time. Maintains and updates database records of patients examined, examinations performed, views taken, and technical factors used. Performs general office work of locating and updating film file jackets, matching and filing of radiologic fim jackets and reports as requested. (4) Performs darkroom operations, loading and unloading cassettes and operating automatic film processors. (5) Protects the patient from direct or secondary radiation by using proper exposures, films, filter, screen, and cones to expose only the designated area. Follows radiation protection guidelines by wearing personnel dosimeter badges while working with and around radiation. (6) Reviews and evaluates the quality of the films taken. Must be able to recognize and correct errors in the quality of the film with very little supervision in his or her routine work and to discuss problems with the physician or radiologist. (7) Assures that radiology equipment is properly maintained and repaired that all related areas are kept in a clean, neat, and orderly condition. Monitors work area to ensure that a safe environment is maintained. Make changes in the physical layout or changes procedures and techniques in order to eliminate safety hazards or minimize the risk of injury to personnel. (8) Prepares developing and fixing solutions and maintains required level of developing and fixing solutions for the automatic processor. Reloads cassettes with new films after each use. Periodically cleans cassettes and screens. (9) Cleans, oils, makes minor repairs and adjustments to x-ray equipment, accessories, and automatic film processing machine. KNOWLEDGE AND EXPERIENCE REQUIRED: (1) Thorough knowledge of routine, moderately complex, and a limited number of complex diagnostic radiologic examinations and procedures performed in the x-ray department. (2) Thorough knowledge of radiation protection standards, devices and techniques including concepts of accumulated dosage and genetic changes, effects of radiation on living organisms, and the effects of x-ray techniques on patient and operator exposure in order to assure that adequate safeguards are maintained. To recognize when changes of equipment or procedures might result in increased exposure, and to adopt methods to prevent such exposure. (3) Knowledge of aspects of basic physics including the concepts of energy, electric power and types of electrical circuits, the construction, function, and operating limitation of various types of x-ray tubes, and the properties of x-rays in order to understand the operation of x-ray equipment, monitor the equipment for the proper operation, modify standard procedures to accommodate to new equipment or examination, and determine when maintenance or repair of equipment is needed. (4) Knowledge of darkroom procedures in order to load and unload film cassettes, operate automatic film processing machines, and perform minor preventive maintenance on film processors. (5) Knowledge of radiographic exposure techniques including how to use formulae for determining technical factors, how to control density, contrast, and distortion, and how to use intensifying screens, buckys, collimators, filters, grids, and other accessories to produce radiographs of high diagnostic quality with a minimum of retakes. (6) Knowledge of anatomy and physiology, e.g., the location, appearance, and function of various major systems, especially the urinary, digestive, and respiratory systems. Skill in using this knowledge to interpret accurately the examination request and understand the functioning and relationship of the various organs of the system. To select the best procedures to emphasize any aspects of particular interest to the physician, and to identify the organs appearing on the film and the various stages of the examination in order to judge the acceptability of the radiograph for diagnostic use. (7) Knowledge and skill in positioning of patients for a wide variety of difficult radiologic examinations. (8) Knowledge and skill for dealing with pediatric through geriatric patients. These to include the assessment of the patient for appropriate procedure and equipment specific to age and/or special needs of the patient. (9) Knowledge of first aid procedures for such occurrences as seizures and cardiac arrest, including artificial respiration (CPR), in order to assist patients until a medical or nursing team can arrive. (10) Must have a current limited permit holder issued by the State of Montana or have an ARRT license. GUIDELINES: Guidelines include hospital regulations, departmental policies and procedures, technical references, professional journals, and textbooks. Individual uses initiative, resourcefulness, and judgment in deviation from established precedent as new developments are constantly being published. The personal services contractor(s) must use judgment to deviate from standard procedures and tables to compensate for patients injuries, illness, or physical disabilities in accordance with established precedent and methods of calculation. The personal services contractor(s) maintains up to date knowledge of new developments in the field and exercises judgment to evaluate their usefulness and recommend adoption by the department. Standard operating procedures cover the number and sequence of exposures and normal positioning of the patient for each exposure. Basic formulae for calculation of technical factors supplement tables for typical settings for kilovoltage, milliamperage, distance, and time for each exposure. Textbooks and technical manuals on radiology are available for additional guidance in adapting the general requirements of the procedures to the specific condition of the patient. Must maintain continuing education (CE) credits in accordance with regulatory requirements. COMPLEXITY: The work involves the performance of a variety of radiographic examinations on patients of all ages and performance of more complex examinations. The examinations require coordination of the positioning of patients and the operation of the x-ray equipment. The personal services contractor(s) occasionally must use basic formulae to set standard operating procedures, or to accommodate patients who are substantially more robust or frail than normal. The employee occasionally devises nonstandard positioning and equipment set up to accommodate patients who are suffering from illnesses, deformities, or injuries. SCOPE AND EFFECT: The purpose of the work is to operate the Radiology Department of the Health Center and assist in its goal to provide high quality x-ray studies for physicians to use in diagnosis and treatment of the patients. The completed imaging studies affect the accuracy and reliability of physician’s diagnosis and treatment. PERSONAL CONTACTS: Personal contacts are with patients, physicians, contract Radiologists, and with fellow employees. PURPOSE OF CONTACTS: These contacts are for the purpose of making imaging studies. Contacts with patients are to explain the procedures to be accomplished, often to patients who are unfamiliar with x-ray examinations and to direct patients how to move to achieve correct positioning. Some patients are ill, injured, or nervous, which requires the personal services contractor(s) to provide reassurance and comfort. Other contact with the patients is to provide instructions for exam preparation and for familiarizing the patient for the nature of the exam to be done. Contact with physicians is to resolve problems concerning scheduling of patients and requested procedures. Contact with physicians is to obtain additional clinical information that will assist in performing that procedure that will have the optimal diagnostic outcome; the personal services contractor(s) may also discuss preliminary findings. Contact with radiologists is to receive instructions and to coordinate work efforts or resolve problems. Contacts with fellow employees are to exchange information and resolve problems with equipment, procedures, and scheduling of patients. Contacts with professional personnel outside the radiology department are to demonstrate and explain practical problems and procedures in taking imaging studies. SPECIAL CONTRACT REQUIREMENTS: The Federal Tort Claims Act coverage for medical related claims is extended to the individual providing services pursuant to this contract. However, the services must be within the scope of the personal services contract. 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. 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. PERFORMANCE-BASED SERVICE DELIVERY SUMMARY: The contract Diagnostic Radiology Technicians performance will be measured based on the following Performance Requirements: (1) Quality of Performance; (2) Shift Coverage; (3) Documentation of Medical Records; and (4) Customer Service. The Performance Requirements will be measured against the following Government Performance Standards: (1) Provide Diagnostic Radiology Technician Services as specified in the Performance Work Statement; (2) Must be available for shift coverage; (3) Complete medical records in accordance with Critical Access hospital accreditation standards and Fort Belknap Service Unit medical staff by-laws, rules and regulations; and (4) 5 or more customer complaints. The Method of Government Surveillance to determine compliance with the Performance Requirements are as follows: (1) Peer reviews (i.e., written evaluations) and periodic conferences between the contractor and project officer; (2) Random Sampling by the project officer or his/her designee; (3) Random Sampling by the project officer or his/her designee; and (4) Validated Complaints. Deduction Schedule: A 5% deduction shall be assigned to each Performance Requirement. Deductions shall be assessed against individual invoices when services are not performed or do not meet contract requirements. PERIOD OF PERFORMANCE: October 1, 2008, through September 30, 2009. GOVERNMENT FURNISHED PROPERTY: The Department will provide orientation to the Contractor as to their specific duties and responsibilities. The Department will provide the Contractor with standard and specialized equipment and supplies needed for the performance and delivery of services including the use of a computer. The Department is responsible for getting the Contractor access and clearances to all pertinent computer services necessary to carry out his/her duties. The Department must provide the Contractor with direction and proper workloads, which are appropriate with the normal day-to-day operations in the Department. 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 Fort Belknap Service Unit, PHS Indian Health Center, RR 1, Box 67, Harlem, Montana 59526. 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. The Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107, shall make payment. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes has been made 15 days after each quarter. 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. CHILDCARE 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 Administrative Officer at the Fort Belknap Service Unit will conduct the character and background investigations. 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 and are included in the relative order of importance: (1) Must have a current limited permit holder issued by the State of Montana or have an ARRT license. (Offeror must submit permit or license with price quote.) = 30 POINTS; (2) Resume (Offeror must submit resume with price quote.) = 30 POINTS; (3) 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; and (4) Two Letters of Reference = 10 POINTS. Technical and past performance, when combined, are considered 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, 52.216-18, 52.216-19, 52.216-22, 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, 352.232-9, 352.270-2, 352.270-4, 352.270-6, 352.270-7, 352.270-10, 352.270-11, 352.270-12, 352.270-13, 352.270-16, 352.270-17, 352.270-18, and 352.270-19. 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, 52.219-28, 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/policies/hssar.doc. 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 September 19, 2008. 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 Rita.Langager@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 60 days from the date of receipt by the Government.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1ac4a3466649e102588eaecb1a85281f&tab=core&_cview=1)
 
Document(s)
FAR provision 52.212-3
 
File Name: FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items (JUN 2008) that must be completed and submitted with the offer. (52212_3.JUN_2008.doc)
Link: https://www.fbo.gov//utils/view?id=a0a20127d2e58e41023a3ac00e3e406f
Bytes: 77.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01659087-W 20080906/080904220350-1ac4a3466649e102588eaecb1a85281f (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.