Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2010 FBO #3134
SOLICITATION NOTICE

Q -- Requirements Type Contract for Optometry at Ft. Thompson, SD - Part 12/13 Solicitation

Notice Date
6/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621320 — Offices of Optometrists
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
 
ZIP Code
57401
 
Solicitation Number
RFQ-10-186
 
Archive Date
7/15/2010
 
Point of Contact
Donna Harwood, Phone: (605) 226-7332
 
E-Mail Address
Donna.Harwood@ihs.gov
(Donna.Harwood@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Information regarding Workplace Violence, Courtesy and Respect in the Workplace, HHS Residual Standards of Conduct, and Standards of Ethical Conduct Business Associate Agreement for review FAR Clauses for review Commercial Clauses for review and completion Purchase Order forms for completion 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 Aberdeen Area Indian Health Service (IHS) intends to award a firm fixed-price requirements-type contract in response to Request for Quotation (RFQ) RFQ-10-186. This solicitation is issued as "FULL AND OPEN COMPETITION". 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 621320 and the small business size standard is $7.0 million. PRICE SCHEDULE: BASE YEAR: 28 days @ $___________________ per day = $____________________. The quoted "unit price" must be an all-inclusive cost. All "inclusive unit price" is defined to include travel, lodging, per diem, fringe benefits, federal, state and local taxes (contact the local Tribal TERO Office to see if taxes are applicable), plus all other costs pertinent to the performance of this purchase order. STATEMENT OF WORK: Non-Personal Healthcare Services for an Optometrist at the Ft. Thompson Indian Health Center in Ft. Thompson, South Dakota. The purpose of this contract is to 1) meet the critical Optometric needs of patients; 2) provide a Licensed Optometrist who will perform refractory and consultant services; and 3) provide Optometry services at the Ft. Thompson Indian Health Center. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES: 1) The Health Center shall provide patient examination area and all medical and non-medical equipment and supplies used in the Indian Health Service (IHS) facility for the care and maintenance of patients. 2) The Health Center shall provide an on-going method of monitoring and evaluation of the quality and appropriateness of patient care and of identifying deficiencies in the quality of services performed before the level of performance becomes unacceptable. 3) The Health Center shall provide the Optometrist with an orientation to the Indian Health Service and the Native American community being served. Health Center personnel will provide the initial orientation and continuing orientation. 4) The Health Center shall not provide the Optometrist with an assistant. The Optometrist may provide an assistant if he/she feels one is necessary. CONTRACTOR GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES: The Indian Health Service does not anticipate a need for contractor furnished equipment. CONTRACTOR RESPONSIBILITIES: The Optometrist shall provide two (2) - eight (8) hour clinic days per week. Services will include, but are not limited to vision/eye anomalies of patients scheduled by a designated representative of the Ft. Thompson Health Center staff. Also included would be the treatment and management of ocular emergencies when appropriate and any follow-up deemed necessary for the welfare of the patients. Services may include supervision of paraoptometric personnel in the provision of frame fitting, prescription verification, dispensing and eyeglass adjustment, repair, ordering, and duplication services. Referrals made to an Ophthalmologist for tertiary care will be made through the Contract Health Services process. This will consist of all patient categories requiring routine eye exams, to include acute eye problems for which conservative care by the health care physician has not been effective. The following dilation criteria will be implemented for routine dilation whenever feasible (not contraindicated): a. Greater then -3.00D, or spherical equivalent in any meridian; b. Monocular; c. All across the life span; d. Symptomology; e. Glaucoma; and f. Diabetes. All optical fabrication services for patients receiving care will be provided only as specified by the current Area Indian Health Service Optical Fabrication Contract. All forms will be completed as necessary including the Patient Care Component (PCC Form) or electronic version equivalent. Contract Health Services forms will be filled out as necessary. The Contractor will provide a monthly activity report indicating the number of patients receiving care to the Ft. Thompson Health Center. The standards of practice and duties of the Optometrists shall be determined pursuant to the bylaws of the Ft. Thompson Health Center, the regulations of the clinic applicable provisions of law, other rules and regulations of any and all governmental authorities relating to license and regulations of physicians and hospital and the standards and recommendations of the AAAHC requirements for ongoing monitoring and evaluation of the quality and appropriateness of care. The contract Optometrist cannot provide services until clinical privileges have been granted by the Health Center. As a prerequisite to performance under the resultant contract, the Contractor performing the services must be privileged in accordance with IHS policy; therefore compliance with IHS privileging requirements is essential in the performance of the contract. Any failure to comply with IHS privileging shall be considered to be non-compliance of the contract. The Area Governing Body will not give final approval on clinical privileges until it has been determined that the credential information has been verified. Contractors shall generate and maintain proper medical record information on the beneficiaries to whom treatment is provided, in accordance with Indian Health Service regulations. The Contractor shall prepare all medical records documentation to meet or exceed the established standards of the IHS facility to include, but not limited to: timeliness, legibility, accuracy, content and signature. All medical record information generated in the performance of this contract will remain the property of and is subject to the exclusive control of the Indian Health Service. The contract Optometrist shall be responsible for malpractice coverage. A certificate of malpractice coverage shall be provided to the IHS Contracting Office. TECHNICAL REQUIREMENTS: a. Possess credentials attesting to Board Certification in the Field of Optometry; b. Current license to practice Optometry; c. Current BLS certification; d. Priorities have been established in order to make optimal use of allotted time and limited resources; and e. Must complete any training deemed necessary by the Health Center or by Federal Regulations. INSPECTION BY THE GOVERNMENT: Maintains records and reports on patients, personal activities and other required information for use in program operation, quality assurances and other purposes. Quality of documentation will be subject to peer review as part of a total quality management, quality assurance and quality improvement program. PERFORMANCE AND FEE DETERMINATION: Fee to be dispersed upon completion of each week of the contracting period. Fee will be paid on a per diem basis, with a standard of eight (8) hour workday, 8:00 am through 4:30 pm with a 30-minute lunch break. The Clinical Services Director or their designee will verify the delivery of services. PERFORMANCE REQUIREMENTS: Each Personal Service Contractor will complete and submit IRS "Form 1040ES Estimated Tax for Individuals", which contains the quarterly payment voucher and date for each quarter. Listed are the due dates of each quarter. a. First Quarter - April 15; b. Second Quarter - June 15; c. Third Quarter - September 15; d. Fourth Quarter - January 15. Form 1040ES Estimated Tax for Individuals, the Contractor will submit this form within 15 days to IRS and the contractor will provide a copy that indicates that the taxes have been paid to IRS, referencing the purchase order number located in Block #3 of the Purchase Order on the Form 1040ES prior to submitting to the Contracting Officer for your respective Health Center. The Contracting Officer for your respective Health Center will have Form 1040ES filed in the Contractors Purchase Order file, no later than 15 days following verification that the taxes were paid and proof that the Purchase Order number was referenced on Form 1040ES. Failure to submit in the manner requested above and within the time frames as notated will result in termination for default proceedings in accordance with Federal Acquisition Regulation (FAR) 52.249-8. Failure to submit completed Form 1040ES to your respective Contracting Officer will constitute as non-payment & non-compliance and will become the formal grounds for a cure notice, show cause and possible termination for default. Questions regarding your Federal, State and Local taxes reporting obligations may be addressed with the IRS office located in your geographic area. REQUIRED COMPLIANCE WITH THE INDIAN CHILD PROTECTION AND FAMILY VIOLENCE PREVENTION LAW P. L.I01-630 AND CRIME CONTROL ACT P. L. 101-647: The Contractor is prohibited from having any unsupervised contact with Indian children in the performance of this contract unless: 1) They act under the direct supervision and within the sight of a Government employee who has obtained a satisfactory "Criminal History Check" in accordance with the "Indian Child Protection and Family Violence Prevention" P. L. 101-630 and "Crime Control Act" P. L. 101-647. Prospective Contractors who duties and responsibilities involve regular contact or control over children are subject to a character investigation as required P. L. 101630, the Indian Child Protection and Family Violence Prevention Act. The IHS personnel offices will conduct these investigations following award of a contract. The character investigations may be waived if, in judgment of the Contracting Officer, in consultation with the Personnel Officer, and investigation has already been conducted and is on file. Until the character investigation has been completed and the Contracting Officer notified or the results, the Contractor must not have unsupervised contact with Indian children. 2) The Contractor has obtained a satisfactory "Criminal History Check" which satisfies the requirements for the "Indian Child Protection and Family Violence and Prevention Law" P. L. 101-630 and "Crime Control Act" P. L. 101-647. (For the purpose of this contract, the Clinical Services Director will act as the Project Officer in compliance with Item No.1 above and satisfies P. L. 101-630 and P. L. 101647). SUBMISSION AND PAYMENT: The Contractor shall submit an original invoice to request payment on at least a monthly basis to Accounts Payable, Aberdeen Area Indian Health Service, Division of Financial Management, 115 4th Avenue SE, Room 309 - Federal Building, Aberdeen, South Dakota 57401. The Contractor agrees to include the following information on each invoice in accordance with the Prompt Payment Act (5 CFR Part 1315.9(b)): (1) Contractors name, title, address and telephone number; (2) award number; (3) invoice number and date; (4) cost or price; (5) dates of service including number of hours worked; and (6) DUNS number and Tax Identifying Number (TIN). Payment shall be made by the Aberdeen Area Financial Management Branch, 115 4th Ave SE, Room 309 - Federal Building, Aberdeen, South Dakota 57401-4360. The Government reserves the right to accept or reject services if the level of work is unsatisfactory. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). Quotes shall be submitted on company letterhead stationery, signed and dated. It shall include: (1) Solicitation number: RFQ-10-186 (2) Closing Date: Wednesday, June 30, 2010, no later than 5:00pm CST (3) Name, address and telephone number of company and email address of contact person (4) Duns & Bradstreet Number (DUNS) (5) Price and any net terms (6) "Remit to" address, if different than mailing address The Contractor shall submit a written response to the Basis of Award factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with their offer. 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://arnet.gov/far/index.html. PROPOSAL SUBMISSION INSTRUCTIONS: All responsible Offerors may submit a proposal, which shall be considered by the Indian Health Service. Offers shall be submitted to Aberdeen Area Indian Health Service, Division of Acquisition Management, Attn: Donna Harwood, 115 4th Avenue SE, Room 309 - Federal Building, Aberdeen, South Dakota 57401. Telephone: (605) 226-7332, Fax: (605) 226-7669, Email: Donna.Harwood@ihs.gov no later than 5:00 p.m., on Wednesday, June 30, 2010. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-10-186/listing.html)
 
Place of Performance
Address: Ft. Thompson Indian Health Center, Highway 47, Ft. Thompson, South Dakota, 57399, United States
Zip Code: 57399
 
Record
SN02184047-W 20100624/100622234846-f5efe8655f9ef63dd72d3fd0c8e7cb76 (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.