Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2010 FBO #2980
SOLICITATION NOTICE

Q -- Professional Radiology Interpretive Services (mammography), Fort Belknap Service Unit, Harlem, Montana - FAR Clause

Notice Date
1/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
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-10-10-019-TD
 
Archive Date
2/27/2010
 
Point of Contact
Tammy Dennert, Phone: 406-247-7352
 
E-Mail Address
tammy.dennert@ihs.gov
(tammy.dennert@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR 52.212-3 Offeror Representations and Certifications - Commerical Item (AUG 2009) 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 37.101, Non-Personal Service Contract, 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 an Indefinite Delivery Indefinite Quantity (IDIQ) commercial item, performance-based contract in response to Request for Quotation (RFQ) 10-10-019-TD. The quantities of services specified in the Price Schedule are estimates only and are not purchased by this contract. Services shall be furnished only as authorized by written orders issued against the contract and 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 the Maximum quantity. The Government shall order at least the Minimum quantity of services designated in the Price Schedule. This solicitation is unrestricted. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The associated North American Industry Classification System code is 621512 and the small business size standard is $13.5 million. PRICE SCHEDULE - PROFESSIONAL RADIOLOGY INTERPRETIVE SERVICES: Contract Line Item Number (CLIN) One: Base Year: 200 interpretations at $___________ per interpretation totaling $___________. CLIN Two: Option Year One: 200 interpretations at $___________ per interpretation totaling $___________. CLIN Three: Option Year Two: 200 interpretations at $___________ per interpretation totaling $___________. CLIN Four: Option Year Three: 200 interpretations at $___________ per interpretation totaling $___________. CLIN Five: Option Year Four: 200 interpretations at $___________ per interpretation totaling $___________. Grand total for five years: $___________. Provide professional radiology interpretive services to the Fort Belknap Health Center, Harlem, Montana. The minimum quantity of interpretations will be 200 per year and the maximum quantity of interpretations will be 400 per year. The Government shall order and the Contractor shall furnish at least the stated minimum quantity and, if and as ordered, the Contractor shall furnish any additional quantities, not to exceed the stated maximum quantity during each 12-month period. In the event the maximum quantity of interpretations is exceeded the Government may incorporate additional interpretations to the contract. PURPOSE OF CONTRACT: The purpose of this contract s to provide interpretive services (professional) for mammography film taken at the Fort Belknap Service Unit, Harlem, Montana and the assumption of the lead interpreting physician responsibilities as described in MSQA at the Service Unit. RADIOLOGIST PERFORMANCE WORK STATEMENT: The Professional Radiology Interpretive Services are being conducted pursuant to the authority of FAR Subpart 37.4, Nonpersonal Health Care Services (10 U.S.C. 2304 and 41 U.S.C. 253), as defined in FAR 37.101, under which the Contractor is an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over the medical and professional aspects of services rendered (e.g., professional judgments, diagnosis for specific medical treatment). The contractor shall indemnify the Government for any liability producing acts or omissions by the Contractor, its employees and agents occurring during contract performance. The Contractor shall maintain medical liability insurance, which is not less than the amount normally prevailing within the local community for the medical specialty concerned. The contractor is required to ensure that its subcontracts for provisions of health care services contain the requirements of the clause at 52.237-7, including the maintenance of medical liability insurance. Performance requirements for these services require a Board Certified Radiologist, responsible for the following: A. The Contracting Radiologist must apply for consulting staff status in Radiology at the Fort Belknap Service Unit. The following information must be submitted with the quotation. If in a group practice, each radiologist must submit the requested information. Complete credentialing will be required upon acceptance of the contract. 1. Certified copy of medical school diploma and/or transcripts. 2. Copy of all unrestricted licenses. 3. Copy of certificate of additional training. 4. Copy of certificate of post-graduate training. 5. Copy of board certificate or board admissibility. 6. A statement regarding malpractice insurance and experience from your insurance carrier or training program. 7. A statement on health status. 8. A statement on professional sanctions, if appropriate regarding your license or medical staff privileges. 9. Be certified in an appropriate specialty area by a body determined by FDA to have procedures and requirements adequate to ensure that physicians certified by the body are competent to interpret radiological procedures, including mammography. B. The Contracting Radiologist(s) must agree to the following: 1. Provide accessibility by telephone to include availability of verbal interpretations of all films submitted at any time, twenty-four (24) hours or more after the films are made available to the Contractor as dispatched from the IHS facility. Problem cases identified with significant findings or re-reading will be brought to the attention of the physician on duty at the Fort Belknap Service Unit immediately upon identification by telephone, fax, or in person. Type written reports follow in a timely manner. 2. Provide proper interpretation of all radiographic studies sent by the Fort Belknap Service Unit. The typewritten report must address significant abnormalities and any issues requested by the requesting physician. The Contractor shall deliver into the Fort Belknap Service Unit a complete type written report of each radiological interpretation. The requesting information (requisition) will be transmitted to the Contractor with the film bearing the name and clinical notes of the referring physician. The Contractor shall ensure that completed, type written interpretation will be returned to the Radiology Department no later than 3 working days after receipt of the radiographic exam at the Contractors location. Arrangements to ensure that radiographic interpretations will be made within this time limit are the responsibility of the Contractor. The cost of transporting such films from the Fort Belknap Service Unit to the Contractor shall be borne by the Fort Belknap Service Unit. The cost of transportation to return the film and reports to the Fort Belknap Service Unit shall be borne by the Contractor. The contractor will keep copies of reports for further review of follow-up films. 3. Provide professional recommendation and advice to technologists and technicians for improvement of radiology procedures and quality of film production. 4. Assume professional responsibility for assisting the Radiology Department in meeting JCAHO, AAA, and HCFA standards of Quality Assurance as adopted by the Indian Health Service. 5. Emergency x-rays can be sent to a referring facility with the patient before being sent to the Contract Radiologist. 6. When the Contractor is on vacation or incapacitated, the Contractor must provide coverage at no additional cost to the Government. 7. Designate a lead interpreting physician for mammography requirements. C. Medical Malpractice 1. Except as provided elsewhere in this contract the Contractor shall provide and maintain medical malpractice and such other insurance during the period of this contract as the Contracting Officer may require. 2. All insurance required by this subsection shall be in a form and amount as the Contracting Officer may require or approve or at least the minimum requirements established by the State in which the contract is performed, whichever is greater, and with insurers approved by the Contracting Officer. 3. If any malpractice suit or action is filed or any claim is made against the Contractor for treatment of any patient referred by the Government, the contractor shall immediately notify the Contracting Officer and promptly furnish copies of all pertinent papers received. 4. The Contractor shall authorize Government representative to collaborate with counsel for the insurance carrier in settling or defending the claim when the amount of the liability claimed exceeds the amount of coverage. ADMINISTRATIVE REQUIREMENTS: The Contractor will not have taxes, retirement, social security, health insurance, or medical insurance deductions withheld from the contract. Nor will the Contractor accrue any form of annual or sick leave during the performance of the contract. And, will not be paid for any Federally recognized holidays. SUPERVISION: The Contractor is subject to the direction of the Radiology Supervisor at the Fort Belknap Service Unit or his/her designee. The supervisor will assist the Contractor with difficult or controversial aspects of the job requirement. Final work will be reviewed, as necessary, for conformance to policies, regulations, and timeliness. A Contractor is not permitted to supervise or have any form of direct control over any permanent or temporary federal employee. DELIVERY ORDERS: This contract type allows the service unit program offices to place orders with the Contractor on an as needed basis. In accordance with FAR 52.216-18, Ordering (OCT 1995), the IHS will obligate the funding and order the services by issuing delivery orders against the contract. The IHS will process the delivery orders through the Agency's automated procurement systems, iProcurement and PRISM. These contract provisions authorize the program offices at the service unit to issue the delivery orders against the commercial item contract for the services needed during the contract term. Each delivery order will reference the contract number and contain a delivery order number assigned by the automated procurement systems. ORDERING PROCEDURES FOR DELIVERY ORDERRS: Delivery orders will be processed through the automated procurement system PRISM. The IHS program offices are responsible for generating the requisition in iProcurement. Once the requisition is approved the procurement/supply office will process the requisition into a delivery order in PRISM. Once the delivery order is approved it should be faxed to the Contractor. 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. PERFORMANCE-BASED SERVICE DELIVERY SUMMARY: The contract Radiologist performance will be measured based on the following Performance Requirements: (1) Timely interpretations of films submitted; (2) Timely submission of written reports; (3) Provide guidance in improving Radiology Department and meeting standards; and (4) Appropriate coverage. The Performance Requirements will be measured against the following Government Performance Standards: (1) Provide Radiology Interpretations as specified in the Performance Work Statement; (2) Provide written reports as specified in the Performance Work Statement; (3) Provide professional recommendation and advice for improving radiology procedures and quality of films and meeting standards as adopted by the IHS as specified in the Performance Work Statement; and (4) Must be available for coverage as specified in the Performance Work Statement. The Method of Government Surveillance to determine compliance with the Performance Requirements are as follows: (1) Reviews and periodic conferences between the contractor and project officer; (2) Reviews and periodic conferences between the contractor and project officer; (3) Periodic conferences between the contractor and project officer; and (4) Random sampling by the Project Officer or Designee. 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: Date of Award (tentatively April 1, 2010), through March 31, 2011, with four 12-month options. 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 Performance Work Statement; (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 original invoice to Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107 and a copy 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 (entire contract number must be included); (3) Invoice number and date; (4) Cost or price; (5) Dates of Service including itemized interpretations 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 prepare and complete, in a timely fashion, any required reports in accordance with JCAHO requirements, and Fort Belknap Service unit medical staff by-laws, rules and regulations. 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) Professional Education. (Offeror must be a graduate of a professional school accredited by a nationally recognized body, appropriate for the member's professional discipline and provide evidence of such certificate.) = 20 POINTS ; (2) Professional Certification and Licensure. (Offer must provide evidence of board certificate and evidence of current, unrestricted medical liscense.) = 20 POINTS ; (3) Resume (Also include in your resume information of additional specific post-graduate training and information relating to additional specific required specialty training.) = 25 POINTS ; (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 = 25 POINTS ; and (5) 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, 52.211-16, 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, 52.232-18, 52.237-2, 52.242-15, 52.242-17, 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, 352.270-7, 352.270-10, and 352.270-11. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 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 or completed the annual representations and certifications electronically at http://orca.bpn.gov 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 59107, no later than 2:00 p.m., on February 12, 2010. 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 tammy.dennert@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
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-10-019-TD/listing.html)
 
Place of Performance
Address: 256 Gros Ventre Street, Harlem, Montana, 59516, United States
Zip Code: 59516
 
Record
SN02044133-W 20100121/100119234421-95640b113953fa9d32f643a8cfd40f77 (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.