Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOLICITATION NOTICE

Q -- RADIOLOGY INTERPRETATION SERVICES FOR THE RAPID CITY IHS HOSPITAL IN RAPID CITY, SOUTH DAKOTA - Contractor Inserts - Offeror Representations and Certifications - Courtesy and Respect in the Workplace, Workplace Violence and Standards of Conduct - Business Associate Agreement

Notice Date
7/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621512 — Diagnostic Imaging Centers
 
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
RFP-2011-03
 
Archive Date
8/12/2010
 
Point of Contact
Courtney J. Davis, Phone: 6052267241, Lara Nelson, Phone: 605-226-7239
 
E-Mail Address
courtney.davis@ihs.gov, lara.nelson@ihs.gov
(courtney.davis@ihs.gov, lara.nelson@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Business Associate Agreement Courtesy and Respect in the Workplace, Workplace Violence and Standards of Conduct Offeror Representations and Certifications Contractor Inserts 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) & 2305 & 41 U.S.C. 253(g) & 253a & 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), & FAR Subpart 37.4, Non-personal 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 contract in accordance with the Request for Proposal (RFP) 2011-03, for Radiology Interpretation Services for the Rapid City IHS Hospital, Rapid City, South Dakota. The solicitation is issued as a 100% Small Business set-aside. The solicitation documents & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-39. The associated North American Industry Classification System code is 621512 and the small business size standard is $13.5 million. PRICE SCHEDULE: RADIOLOGY INTERPRETATION SERVICES: the quoted pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state and local taxes) plus all other costs pertinent to the performance of this contract. No differential pay or holiday will be granted; this is an all-inclusive price. Please complete the following pricing schedule utilizing your most competitive and reasonable rates which the IHS will use to the "Best Value" to the government. 1. BASE YEAR (October 1, 2010 through September 30, 2011) PLAIN FILMS: 5400 studies @ $_________________ per study = $_________________; MAMMOGRAMS: 660 studies @ $_________________ per study = $ __________________; ULTRASOUNDS: 360 studies @ $_________________ per study = $ ___________________; CT or MRI: 260 studies @ $________________ per study = $ ___________________; QUARTERLY ON-SITE PI/IN-SERVICE: 4 @ $ _________________ per in-service = $ ___________________; LEAD INTERPRETING PHYSICIAN FOR MAMMOGRAPHY: $ ___________________; BASE YEAR TOTAL: $______________________ 2. OPTION YEAR ONE (October 1, 2011 through September 30, 2012) PLAIN FILMS: 5400 studies @ $_________________ per study = $_________________; MAMMOGRAMS: 660 studies @ $_________________ per study = $ __________________; ULTRASOUNDS: 360 studies @ $_________________ per study = $ ___________________; CT or MRI: 260 studies @ $________________ per study = $ ___________________; QUARTERLY ON-SITE PI/IN-SERVICE: 4 @ $ _________________ per in-service = $ ___________________; LEAD INTERPRETING PHYSICIAN FOR MAMMOGRAPHY: $ ___________________; OPTION YEAR ONE TOTAL: $_____________________ RADIOLOGY INTERPRETATION SERVICES GRAND TOTAL: $___________________ PURPOSE OF THE CONTRACT: The purpose of this contract is for the provision of Radiology services for the Indian Health Service. The Aberdeen Area Indian Health Services Rapid City Service Unit (here in after referred to as the RCSU/Rapid City Service Unit), requires contractor support from a Board Certified Radiologist (individual or group) to provide interpretations for all Medical Imaging Studies. A full time employee is also being sought for this appointment. This contract will be cancelled if a full time permanent employee is hired. WORK SCHEDULE: The work schedule shall consist of two or three visits to the Service unit per week with an average minimum stay 2 hours per visit or however long is required to interpret the Imaging studies presented for reading. The Radiologist shall report to the Medical Imaging supervisor if a change in the agreed upon work schedule is required. Other than unforeseen emergencies the contractor shall schedule his/her work schedule changes 5 to 7 days in advance. QUALITY ASSURANCE: Contractor will provide continuous PI (Performance Improvement) education/information in the form of informal discussion, for both the Medical Staff and the Medical Imaging Department staff, during his/her on site visits on a specific imaging study or a specific topic requested by a RCIHS Medical Staff member. Peer review documentation will be submitted to the Radiology Supervisor if available. STATEMENT OF WORK: The contractor shall provide high quality radiologist services for all age ranges of the Native American population served at the Service Unit in compliance with CMS accreditation standards, ACR, and MQSA/FDA. Contractor shall provide Dunn and Bradstreet number and register and maintain registry with the Central Contractors Registry (CCR). Contractor may be required to interpret studies from CR (Computer Radiography) equipment for the RCSU if equipment becomes available during this contract term. The contractor will be required to interpret studies using analogue equipment for both plain film x-ray and all mammography studies. Indian Health Service requires contractor services to continue without interruption during the resultant contract. The Service Unit shall provide plain x-ray, ultrasound, mammography and CT if available films/images acquired by staff technologist's at the RCSU in hard copy form (or digital if equipment is available) for interpretation by a Board Certified Radiologist. Studies shall be dictated into Dictaphone or voice recognition software (if voice recognition equipment is available). All Bidders must propose a monthly fee to come on site 2-3 days per work week and stay an average of 2 to 3 hours per visit and interpret all submitted plain film x-rays, ultrasounds, diagnostic and screening mammograms. Contracting Radiologist must act as Lead Interpreting Physician for the Rapid City Service Unit. Currently the quantities of studies done at the Rapid City Service Unit are approximately 300 to 400 plain films per month, 45 to 55 mammograms per month, 15 to 25 ultrasounds per month. These quantities are estimates only for all studies. Accordingly, the government reserves the right to adjust the quantity as the need arises. PERIOD OF PERFORMANCE: Performance of the contract(s) shall be from October 1, 2010 through September 30, 2011, plus one one-year option. Federal Government holidays, compensation time, and overtime are excluded. Federal Government holidays are: • Columbus Day • Veterans Day • Thanksgiving Day • Christmas Day • New Year's Day • Martin Luther King, Jr. Day • Washington's Birthday • Memorial Day • Independence Day • Labor Day SPECIAL CONTRACT REQUIREMENTS: Contractor shall provide professional services as/with a Board Certified Radiologist for the reading of the following types of diagnostic imaging studies; general radiographic studies of the head, chest, abdomen, pelvis, spine, and both upper and lower extremities, IVP (without tomograms), all submitted ultrasound studies, all submitted mammography studies and all submitted CT and/or MRI studies if available in either a hard copy (film screen) or digital. Contractor will be available on site a minimum of 2 to 3 days per week and a minimum of 2 hours per visit between the hours of 0800 to 1700 Monday through Friday, excluding holidays and weekends to provide interpretations of Medical Imaging studies produced by Rapid City Service Unit Medical Imaging Department and to consult with RCIHS Medical staff as requested. Contractor will be required to use the Rapid City Service Unit's Dictaphone or voice recognition equipment (if available) to dictate studies. When the studies have been transcribed and are ready for verification, the Contractor will be required to use the radiology package (RPMS) to correct and verify transcriptions as soon as possible after said reports are available, but no later than his/her next scheduled visit. All interpretations must be verified in the Rapid City Service Unit's radiology package (RPMS). Contractor will complete a ‘Daily Report' form specific to the technical aspect of the films both analog and digital films, which ever applies. The contractor will be available during his tour to consult with attending physicians about studies ordered and read for their patients and to provide professional and technical advise to the Rapid City Service Unit providers and Radiology staff for improvements in the Radiologic services offered at the Rapid City Service Unit. Contractor shall serve as Lead Interpreting Physician for the Mammography Department and shall abide by all rules and requirements of both American College of Radiology and Mammography Quality Standards Act/FDA requirements. 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 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. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES: The Government will furnish all equipment and personnel necessary to obtain the x-ray examination, ultrasound examination, mammography examination whether it is film-screen or electronic (CR-PACS). The government will also include equipment such as view boxes or monitors, Dictaphone or voice recognition equipment, desk, chair, computer and incidental supplies as needed to interpret said studies. CONTRACTOR FURNISHED EQUIPMENT, FACILITIES, AND PROPERTY: The Contractor will furnish all required training, continuing education, and related documents to interpret Medical Imaging studies as required by the American College of Radiology and the Food and Drug Administration's Mammography Quality Standards Act. The contractor will also furnish any incidental items he/she uses in the interpretation of Medical Imaging Studies such as calipers, magnification glasses, special rulers, etc. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. CONTRACTOR QUALIFICATONS: 1. Contractor must be a Board Certified Radiologist. 2. Contractor must have all documents necessary for credentialing to the RCIHS Medical staff and all documents to interpret Mammography examinations as required by the American College of Radiology and the FDA, MQSA. 3. Contractor will be required to assume the duties of Lead Interpreting Physician as defined by the ACR/FDA. 4. The contractor will be required to maintain credentialing and return requested documents for this purpose in a timely manner after notification as to avoid a lapse in patient services. Failure to do so will require Contractor to assume liability for a sub-contractor to interpret studies during the interim. REPORTING REQUIREMENTS: The Contractor shall complete a ‘Daily Report' at the close of each visit and turn it in along with the requisitions (studies read) and dictation tape. This ‘Daily Report' form will be used for billing purposes and PI information. 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 Aberdeen 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 IHS Personnel Office will conduct the character and background investigations. PROJECT OFFICER: The person identified below is herby designated as the Project Officer for this contract. 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. Project Officer: Debra Meyers Rapid City IHS Hospital 3200 Canyon Lake Drive Rapid City, SD 57702 INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its original invoice to the Aberdeen Area Indian Health Service, Financial Management branch, 115 4th Avenue SE, Aberdeen SD 57401 and a copy to the Project Officer at the Rapid City IHS Hospital in Rapid City, SD. 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 the number of hours worked; and (6) Remit to address. The Aberdeen Area Financial Management Branch, 115 4th Avenue SE, Aberdeen, SD 57401, shall make payment. 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) Methodology and Approach = 34 points : Contractor shall have ability to provide onsite radiographic interpretation for plain film x-rays, ultrasound, screening, and diagnostic mammograms a minimum of 2-3 times per week. If selected, the Contractor shall provide verification of all transcribed x-ray reports during the next scheduled on site visit. The Contractor shall have some experience with computer based health records. (2) Lead Interpreting Physician = 33 points : The Contractor shall have all documentation required by the FDA (Food and Drug Administration) and ACR (American College of Radiology) to provide services as LIP (Lead Interpreting Physician) in the mammography section. Contractor will provide quarterly feedback on mammography studies including review of QC and provide annual audit requirements as set forth by ACR (American College of Radiology. (3) Past Performance = 33 points : Contractor/locum company shall be reviewed on past contract performance for cure notices and any contract requirement deviations. History of malpractice litigations shall be reviewed and evaluated. Technical Criteria will be 60% and cost will be 40% determining factors for this award. (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 options(s). (c) A written notice of award of acceptance 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, 52.204-7, 52.204-8, 52.204-9, 52.212-4, 52.212-5, 52.215-5, 52.217-5, 52.217-8, 52.217-9, 52.219-1, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-18, 52.232-19, 52.233-1, 52.233-3, 52.233-4, 52.237-2, 52.237-3, 52.237-7, 52.242-15, 52.242-17, 52.243-1, 52.244-6, 52.245-1, 52.249-1, 52.249-8, 52.253-1, 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 http://acquisition.gov/far/index.html and http://www.hhs.gov/oamp/policies/hssar.doc. In addition, Contractors shall provide the following: 1. Complete Offeror Representations & Certifications. 2. Complete and sign Licensure Requirement; provide a copy of current license. 3. Complete and sign Agreement to a temporary provisional of character investigations (for government contractors only). 4. Complete and sign the Declaration for Federal Employment - Optional Form 306. 5. Complete and sign Addendum to Declaration for Federal Employment (OF306). 6. Copy of malpractice insurance. 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 Aberdeen Area Indian Health Service, 115 4th Avenue SE, Room 309, Aberdeen, SD 57401, no later than 3 p.m. CST, on July 28, 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 courtney.davis@ihs.gov or by fax at (605) 226-7669. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFP. 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-ABE/RFP-2011-03/listing.html)
 
Place of Performance
Address: Rapid City IHS Hospital, Rapid City, South Dakota, 57702, United States
Zip Code: 57702
 
Record
SN02205927-W 20100716/100714235326-61f7a1b15aacad5806b230cd433eced3 (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.