Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2010 FBO #3032
SOLICITATION NOTICE

Q -- NEPHROLOGY SERVICES - FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2009)

Notice Date
3/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
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-10-10-028-REL
 
Archive Date
4/13/2010
 
Point of Contact
Rita E Langager, Phone: 406.247.7293
 
E-Mail Address
rita.langager@ihs.gov
(rita.langager@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2009) that must be completed and submitted with offer. 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 Programs 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 Subpart 37.4, Nonpersonal Health Care Services (10 U.S.C. 2304 and 41 U.S.C. 253). 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) 10-10-028-REL. The solicitation is restricted to 100% Small Business concerns. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The associated North American Industry Classification System code is 621111 and the small business size standard is $10.0 million. PRICE SCHEDULE - NEPHROLOGY SERVICES: BASE YEAR: 12 Clinics @ $____________________ per Clinic = $_________________________; OPTION YEAR ONE: 12 Clinics @ $____________________ per Clinic = $_________________________; OPTION YEAR TWO: 12 Clinics @ $____________________ per Clinic = $_________________________; OPTION YEAR THREE: 12 Clinics @ $____________________ per Clinic = $_________________________; OPTION YEAR FOUR: 12 Clinics @ $____________________ per Clinic = $_________________________; GRAND TOTAL: $_________________________. STATEMENT OF WORK: The purpose of this acquisition is to acquire Nephrology Services at the Wind River Service Unit, PHS Indian Health Centers, Arapahoe and Fort Washakie, Wyoming. The Contractor shall visit the Wind River Service Unit one day every month, ½ day per clinic. Clinics will be scheduled between the hours of 8:00 am and 4:45 pm at the Arapahoe Health Center and between the hours of 8:00 am and 4:45 pm at the Fort Washakie Health Center. This procurement is a nonpersonal health care service contract, 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. MAJOR DUTIES: The Contractor shall provide on-site services for a nephrology clinic. The Nephrology clinic shall be held one day per month at both clinics. During each clinic the Contractor will see up to 20 patients scheduled by the staff of the Fort Washakie Health Center or Arapahoe Health Center. The Contractor shall visit the Wind River Service Unit one day every month, ½ day per clinic. Clinics will be scheduled between the hours of 8:00 am and 4:45 pm at the Arapahoe Health Center and between the hours of 8:00 am and 4:45 pm at the Fort Washakie Health Center. The contractor shall take a history and perform an appropriate examination. The findings shall be correlated with the laboratory and x-ray findings. The Contractor shall make a verbal report to a Government physician and shall further make a written consultation on the patient's Electronic Health Record. The written consultation shall include the findings, impression, and recommendations about the management. The Government will provide space, nursing assistance, laboratory services, x-ray services, and pharmacy services. Any rescheduling of clinic days or times shall involve consultation with the Contractor by the Government, but shall be at the convenience of the Government. Notification of change must be given at least two (2) weeks prior to the date of change. The Contractor shall be available for consultation by telephone and shall give recommendations to the Government physicians about management of patients seen between clinics. The Contractor shall accept transfer for patients to his care at his private office or at a local contact hospital by formal written referral from a Government physician. Physician fees for inpatients or outpatient office visits at another facility will be paid at Medicare rate or lower. In the event that an emergency admission of an eligible person occurs in a local contract hospital, and that the Contractor is responsible for the care of the patient, the preferred procedure is telephone notification and request for the authorization by an IHS physician. Such a request may be made after the admission by calling the IHS physician on call or the Chief Executive Officer. In such an emergency admission, failure to notify the Wind River Service Unit within 72 hours removes the obligation of the Indian Health Service to participate in the responsibility for payment. While the primary responsibility for notification is with the patient or the patient's family, notification by the Contractor or the hospital may often avert difficulties. Referral from one hospital to another requires the prior approval by an IHS physician. Initial oral permission is followed by written authorization by the IHS Physician. Laboratory and other diagnostic tests including x-ray examinations shall be made in one of the Indian Health Service Centers whenever possible. The Contractor will order these tests elsewhere when they are not available at the Indian Health Centers or when the patient is an inpatient at another facility under the care of the Contractor. Authorization shall be obtained from the referring IHS physician before tests are scheduled. It shall be required that the Contractor's private office and the hospital the Contractor utilizes for inpatient procedures be no farther than 60 minutes driving time from Fort Washakie, Wyoming or Arapahoe, Wyoming under normal driving conditions at posted speed limits in a private vehicle. The Contractor will be required to abide by all the rules and regulations that govern the Privacy Act, the Indian Health Service, and the Department of Health and Human Services. All new employees are required to take HIPAA training within a few days after receiving their award letter, notice-to-proceed, access and annually thereafter. All new contractors will be required to write notes, orders (lab, x-ray, and pharmacy) and CHS referrals in the Electronic Health Record. Training will be scheduled during specialty clinic hours. The primary agent/official responsible for supervising this procurement in a project officer capacity and who will be verifying that all supplies and/or services have been received and delivered will be JoLynn Davis, R.N., D.O.N., Clinical Nursing, Wind River Service Unit. PERIOD OF PERFORMANCE: The performance of this contract shall be from May 1, 2010 through April 30, 2011, with four 12-month options. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all necessary equipment and supplies. The Wind River Service Unit will be responsible for getting the Contractor access and clearance to all computer services necessary to carry out his/her duties. COMPUTER SECURITY: All Federal agencies are required by the Federal Information Security Management Act of 2002 (FISMA) to complete a course in Computer Security Awareness Training (CSAT). Within HHS, there is a requirement for this training to be completed annually by all employees including all contractors, volunteers, students, summer externs, etcetera. 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. 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 Wind River Service Unit, PHS Indian Health Center, P.O. Box 128, Fort Washakie, Wyoming 82514. The Contractor agrees to include the following information on each invoice: (1) Contractor's name, address; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service, including the number of days 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 children's 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 Administrative Officer at the Crow 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 CONTRACTOR SHALL PROVIDE EVIDENCE OF, OR SUBMIT A WRITTEN RESPONSE TO, THE FOLLOWING TECHNICAL EVALUATION FACTORS: The following factors shall be used to evaluate offers: (1) Medical License = 30 POINTS (Potential contractors must submit a copy of State license with the offer); (2) Medical Liability Insurance = 20 POINTS (Potential contractors must submit evidence of medical liability insurance with the offer); (3) Resume/Curriculum Vitae = 20 POINTS (Resume/CV must include information relating to: (i) Board Certification or Board Eligibility; (ii) Specialty Training; and (iii) Clinical Practical Experience, including past and current experience); and (4) 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. (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, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.227-14, 52.227-17, 52.229-3, 52.232-18, 52.237-2, 52.237-3, 52.237-7, 52.242-15, 52.242-17, 52.245-1, 352.201-70, 352.202-1, 352.203-70, 352.215-1, 352.215-70, 352.223-70, 352.224-70, 352.227-70, 352.231-71, 352.237-70, 352.237-71, 352.237-72, 352.239-73, 352.242-71, 352.242-72, 352.242-73, 352.270-2, and 352.270-3. 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, 52.225-13 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 https://www.acquisition.gov/ and http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=aa2330da1ac8bf92ad0416cc28ca8a3b&rgn=div5&view=text&node=48:4.0.1.8.33&idno=48. 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 HTTPS://WWW.BPN.GOV/CCR/DEFAULT.ASPX 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 March 29, 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 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 90 days from the date of receipt by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-10-028-REL/listing.html)
 
Record
SN02090792-W 20100314/100312235222-e6a8fe7a6aec0b9d6db1808cf00334be (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.