Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
MODIFICATION

Q -- RADIOLOGY INTERPRETATION SERVICES FOR THE WHITE EARTH HEALTH CENTER IN OGEMA, MINNESOTA - SF 33 to be included with all offers - Amendment Two SF 30

Notice Date
7/16/2010
 
Notice Type
Modification/Amendment
 
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-10-20
 
Archive Date
8/6/2010
 
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
Amendment Two SF 30 SF 33 to be included with all offers 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 requirements type contract in accordance with the Request for Proposal (RFP) 10-20, for Radiology Interpretation Services for the White Earth Health Center, Ogema, Minnesota. 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. The contract resulting from this solicitation will not obligate funds; funds must be obligated prior to starting performance through a delivery order or task order. Orders may be submitted electronically, facsimile or hard copy. Contractor's agreement is hereby incorporated by reference as part of this Requirements Contract. In the event of conflict between any terms of the agreement and the Requirements Contract, applicable federal laws and statues will prevail. 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. The quantities of supplies or services specified in the Schedule are estimates only. 1. BASE YEAR (Date of Award through 7/31/ 2011) GENERAL X-RAY STUDIES: 3075 reads @ $_________________ per read ULTRASOUNDS: 600 reads @ $_________________ per read MAMMOGRAMS: 600 reads @ $_________________ per read (Approximately 400 Screening, 150 Diagnostic, 50 Unilateral) CT: 125 reads @ $________________ per read MRI: 100 reads @ $ _________________ per read 2. OPTION YEAR ONE (8/1/2011 through 7/31/2012) GENERAL X-RAY STUDIES: 3075 reads @ $_________________ per read ULTRASOUNDS: 600 reads @ $_________________ per read MAMMOGRAMS: 600 reads @ $_________________ per read (Approximately 400 Screening, 150 Diagnostic, 50 Unilateral) CT: 125 reads @ $________________ per read MRI: 100 reads @ $ _________________ per read 3. OPTION YEAR TWO (8/1/2012 through 7/31/2013) GENERAL X-RAY STUDIES: 3075 reads @ $_________________ per read ULTRASOUNDS: 600 reads @ $_________________ per read MAMMOGRAMS: 600 reads @ $_________________ per read (Approximately 400 Screening, 150 Diagnostic, 50 Unilateral) CT: 125 reads @ $________________ per read MRI: 100 reads @ $ _________________ per read 4. OPTION YEAR THREE (8/1/2013 through 7/31/2014) GENERAL X-RAY STUDIES: 3075 reads @ $_________________ per read ULTRASOUNDS: 600 reads @ $_________________ per read MAMMOGRAMS: 600 reads @ $_________________ per read (Approximately 400 Screening, 150 Diagnostic, 50 Unilateral) CT: 125 reads @ $________________ per read MRI: 100 reads @ $ _________________ per read 5. OPTION YEAR FOUR (8/1/2014 through 7/31/2015) GENERAL X-RAY STUDIES: 3075 reads @ $_________________ per hour ULTRASOUNDS: 600 reads @ $_________________ per read MAMMOGRAMS: 600 reads @ $_________________ per read (Approximately 400 Screening, 150 Diagnostic, 50 Unilateral) CT: 125 reads @ $________________ per read MRI: 100 reads @ $ _________________ per read PURPOSE OF THE CONTRACT: The purpose of this contract is to provide Radiologist interpretation services of medical imaging studies for White Earth Unit Providers. The White Earth Service Unit depends upon outside medical specialists to provide certain types of services that are fundamental to providing medical care. This contract provides critical diagnostic services via teleradiology, except in the case of Mammograms, which will be provided to the Contractor via mail, delivery service or courier, until such time as technological constraints favor the electronic transmission of Mammograms. Performance Conditions: 1. The Contractor shall provide the services described independent of Government supervision. 2. The Contractor may subcontract readings to another Board Certified Radiologist, licensed in any state in the United States, subject to prior approval by the Contracting Officer or the Project Officer. 3. The Contractor shall provide all necessary personnel, facilities, equipment, supplies, pharmaceuticals and other items and expertise necessary for, or incidental to the provision of such services. 4. The Contractor represents and warrants that Contractor has and will continue to have the capacity to render the services contemplated herein. 5. The Contractor shall provide these services on terms no less favorable than those afforded any other patients of the Contractor, and the Contractor shall not discriminate against patients in any other regard. STATEMENT OF WORK: 1) The Contractor shall provide Radiographic interpretation services using a teleradiology system (with the exception of Mammograms), in the following estimated proportions per year: Routine X-ray Exams........3075 Ultrasound Exams.............600 Mammograms..................600 CT................................125 MRI...............................100 2) The Contractors viewing equipment shall interface with the Service Units teleradiology platform. The successful offeror shall possess a DICOM teleradiology system that is compatible with the Service Units DICOM Imaging Network, capable of receiving/transmitting a 14X17, 2kb chest film within 4 minutes. In addition, the Contractors computer system must be compatible with the Service Unit's General Electric Centricity PACS software. 3) All interpretations shall be performed on diagnostic, medical-grade, high resolution monitors. Digital Mammography images shall be viewed on FDA/MQSA approved monitors. All monitors shall be calibrated at least semi-annually, or consistent with proper quality control procedures at the interpretation sites. 4) The Contractor's network shall have established firewalls and procedures to ensure patient confidentiality and security compliant with The Health Insurance Accountability and Portability Act of 1996 (HIPAA) and IHS security Standards. 5) The Contractor shall provide telephone consultations with the Indian Health Service attending clinician concerning their patients' medical images as medically indicated. 6) Mammograms will be delivered to the Contractor for interpretation and shall be returned to the Service by priority or express mail. Alternatively, these studies may be transported by the Service Unit to and from the Contractor via courier if practical, until such time that teleradiology mammography becomes available. The White Earth Service Unit will be responsible for costs associated with sending the films to the Contractor and the Contractor will be responsible for costs associated with sending them to the Service Unit. 7) The Service Unit will provide the Contractor with an imaging requisition for each patient. This will be transmitted to the Contractor along with the patients imaging files. The Contractor shall provide a complete written report for each medical imaging study. The Contractor shall have the completed report electronically dictated and signed, via the Contractors voice recognition software, delivered directly into the Service Units Radiology Information System (RIS)/Hospital Information System (HIS). This is conditional upon the existence of interfaces between the Contractors software and the Service Units RIS/HIS. This scope of work is not intended to limit the application of technology that improves efficiency in the process. The expense of developing any Contractor dictation software interface with the Service Units RIS/HIS shall be the responsibility of the Contractor. 8) Unless noted below, the average turnaround time between the initial receipt of the imaging study and delivery of a signed radiologic interpretation shall be twenty-four (24) hours or less. At least ninety (90)% of studies shall have an average turnaround time of less than twenty-four (24) hours. 9) The turnaround time for preliminary interpretations shall be ninety (90) minutes or less. Ninety (90)% of preliminary interpretations will be followed up with a telephone call or a written interpretation within ninety (90) minutes of transmission. 10) Turnaround time for conventional analog Mammograms shall be four (4) days or less. The turnaround time for digital Mammograms shall be twenty-four (24) hours or less. Ninety (90)% of all Mammograms will have completed interpretations within the timeframes listed above. 11) The Contractor may subcontract to provide coverage during periods of unavailability, e.g. holidays, illness, vacation etc... 12) The Service Unit is responsible for maintaining patient records. 13) Review Rights i. The authorizing Project Officer, IHS Area Director, or his/her professional representative shall be entitled to review the Contractor's facilities, and all administrative and clinical records which pertain to IHS beneficiaries covered under this contract. ii. The Contractor shall provide access to IHS patient medical records for review by the IHS utilization review official and managed care professional or other designated IHS official. 14) The Contractor shall have the ability to digitize analog Mammography films with a dedicated Mammography digitizer. When teleradiology Mammography (digital) technology is available to the Service Unit, the Contractor shall digitize two (2) previous years of analog films to allow for direct comparison to current digital Mammograms on FDA approved, 5Mp, Mammography monitor. Contractor shall have the ability to electronically send "marked" (region of interest) Mammogram studies to the clinics that need further attention. PERIOD OF PERFORMANCE: Performance of the contract(s) shall be from Date of Award through July 31, 2011, plus four one-year options. 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 Hours of coverage are 8 am to 4:30 pm CST, Monday through Friday. 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. 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. QUALITY ASSURANCE: A post award orientation conference with the contractor will be held as soon as possible, following the award of the contract (within 30 days). The contractor will be required to make a site visit to discuss and finalize all aspects of the Performance Work Statement to ensure contractual understanding and compliance. A Contractors Performance Requirements Package (regarding Radiologist Services) which lists contractual expectations will be used to periodically review and evaluate the contractor's progress. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES: All unique government information related to the Radiologist service that is necessary for Contractor performance will be made available to the Contractor. The Contracting Officer or COR designee will be the point of contact for identification of any information that is supplied. 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) The Contractors facilities shall be compliant with any applicable AAAHC, Medicare (CMS) requirements and Health Insurance Portability and Accountability Act (HIPAA) requirements. 2) The Contractor shall maintain appropriate certification and licensing for Contractors work facilities and will assure appropriate certification and licensing for all Radiologists providing services. 3) The Contractor and any subcontractors who interpret studies must use Board Certified or Board Eligible Radiologists who possess an unrestricted license to practice medicine in the United States. 4) The Contractor must provide a current and up-to-date copy of professional Credentials to the Service Unit, and must be appointed to the White Earth Health Center Medical Staff. 5) The contracting Radiologist must maintain MQSA certification (Mammography Quality Standards Act of 1992). 6) The Contractor and any subcontractors must be physically practicing medicine in the United States. 7) The Contractor shall furnish proof of a minimum of 12 peer review (over- reads) annually. REPORTING REQUIREMENTS AND DELIVERABLES: The WEHC will receive a hard copy report of each medical imaging exam from the Contractor as well as an electronic copy delivered directly into the Service Unit's Electronic Health Records System. The Contracting Radiologist will submit on a monthly basis to the WEHC an exam summary report which will contain the exam name, fee per exam, total charge for interpretations that month, and total charges year to date. The Contractor Radiologist will submit on a monthly basis to the WEHC a utilization analysis which will contain the patient name, patient identification number, date received, total charge, and exam name. The itemized invoice will be arranged in chronological order. 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: Randel Goodwater White Earth Health Center 40520 Co Hwy 34 Ogema, MN 56569 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 White Earth Health Center, 40520 CO Hwy 34, Ogema, MN 56569. 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) Understanding of the Requirement/Technical Capabilities = 40 points: The offeror shall document that they have the necessary technical capability to complete the requirements in the Statement of Work (SOW). The offeror shall be evaluated on & show documentation of: (a) Staffing plan adequate to complete the requirements listed in the attached Scope of Work. (b) Licensure AND Board Certification (general radiology) and Initial Training in mammography (minimum of 3 months) (to be utilized when technology/capability is available). (c) Initial Category I Education (minimum 60 hours, 15 of these must be within the last 3 years) (d) New Mammography Modality Training (8 hrs - digital) (to be utilized when technology/capability is available). (e) Continuing Experience (3,000 General X-ray, 600 Ultrasound, 600 Mammograms, 125 CT, and 100 MRI readings during the past 12 months) (f) Continuing Education (15 Category I CMEs) (g) Radiologist(s) with experience as a Lead Radiologist for FDA/ACR accreditation activities. (h) Internal staff to conduct Medical Physicist surveys for the Review Work Station & to establish local network firewalls & procedures to ensure patient confidentiality & security consistent with Federal requirements. Note: mammogram requirements are in place to accommodate that capability when it becomes available. (2) Past Performance = 30 points: Past performance shall be used to assess the experience & quality of the offeror's past experience with the same or similar tasks in past rural orders. The offeror shall list contracts similar in complexity & scope as the requirements in the SOW. The offeror shall include the following information for each contract successfully performed: (a) Name of ordering agency & Contracting Officer (b) Contract number (c) Type of contract (d) Total contract value (e) Brief description of work (f) Use of technology to provide interpretations to a remotely located agency (g) Identify the contract that you consider the most successful & the reason(s) for this determination ; describe process for corrective actions if problems arose; describe process for communication with the ordering agency for recommendations for improvements. (3) Cost = 30 points: The Indian Health Service will make a separate determination of price reasonableness. The primary consideration in evaluating this criterion is which offeror can perform the task in a manner most advantageous to the government. Under best value principles, there is no requirement that a task order be awarded on the basis of lowest proposed cost. The award primarily on the basis of estimated costs may encourage the submission of unrealistically low estimates and increase the likelihood of cost overruns. Estimated costs must be reasonable for the tasks to be performed. If consideration is narrowed to choosing among proposals with approximately equal technical criteria as determined by the technical evaluation, cost information can become the determining criteria. Technical Criteria will be 70% and cost will be 30% 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: 32.703-2, 32.703-3, 52.204-4, 52.204-7, 52.204-8, 52.204-9, 52.212-4, 52.212-5, 52.215-5, 52.216-18, 52.216-21, 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. FAR Clauses 52.216-18 & 52.216-21 are attached in full text. 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 22, 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-10-20/listing.html)
 
Place of Performance
Address: White Earth Health Center, Ogema, Minnesota, 56569, United States
Zip Code: 56569
 
Record
SN02208118-W 20100718/100716234653-51cbe8ca335ae43f63a293d012ab848c (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.