Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
SOLICITATION NOTICE

Q -- Ultrasound Technician-Pawnee Ok. - Waiver Form

Notice Date
3/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
 
ZIP Code
73114
 
Solicitation Number
246-11-Q-0006
 
Archive Date
4/30/2011
 
Point of Contact
George Mouse, Phone: 4059513725
 
E-Mail Address
George.Mouse@ihs.gov
(George.Mouse@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Waiver Form This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotes (RFQ) #246-11-Q-0006. This procurement is a 100% small business set-aside under NAICS code 621512 with a standard business size of $13.5 million. Contractor shall provide a firm-fixed hourly rate for 1248 hours, April 18 2011 - April 17 2012. Estimated start date is April 18, 2011. The closing date for receipt of quotes is April 1,2011. Quotes may be mailed to Division of Acquisitions Management, OCAO IHS, 701 Market Drive, Oklahoma City OK 73114, Attn. George Mouse. Qualified vendors must review the following and submit applicable information. This work statement describes the requirements for providing ultrasound services for the Oklahoma City Area Indian Health Service (OCAIHS), Pawnee Indian Health Center, Pawnee, Oklahoma. The Pawnee Indian Health Center (PIHC) currently does not have a sonographer technician and has been unsuccessful in efforts to recruit to fill a position required to provide for ultrasound services "in-house" using available Government owned equipment. The purpose of this contract is to provide a qualified medical sonographer to provide medically necessary ultrasound services as required for medical treatment/diagnosis of eligible patients of the Indian Health Service (IHS). These studies will be performed at the Pawnee Indian Health Center facility, located at 1201 Heritage Circle, Pawnee, Oklahoma 74058-1512. Objective: Obtain ultrasound technician services for eligible IHS patients at the Pawnee Indian Health Center, and specifically ultrasound procedures that include abdomen, small parts, vascular (arterial and venous), and cardiac systems. The contractor shall provide services consistent with the PIHC's standards of care. Scope: Vendor shall provide one (1) qualified medical sonographers MUST be able to perform general, vascular (arterial and venous), and cardiac ultrasound exams on patients of all ages ranging from fetal to geriatric. The sonographer will utilize Government owned equipment. Period of Performance: Starting on or around April 18,2011, or the earliest possible starting date, and continuing for a period of one year. Hours of Operation and Scheduling: Clinics are scheduled 3 days per week from 8:00 a.m. until 4:30 p.m. (or two 4-hour clinics per day) excluding Federal Government recognized holidays; with a 30 minute lunch break. Days of service shall be exclusive of Federally recognized holidays, in which case scheduling of an alternate day will be accommodated. Scheduling of Contractor techs shall be mutually agreed upon by the Project Officer and the Contractor. Place of Performance: The Pawnee Indian Health Center, located at 1201 Heritage Circle, Pawnee, Oklahoma 74058-1512. GENERAL SONOGRAPHY Soft tissue of head/neck (e.g. thyroid, parathyroid, parotid) B-scan and/or real time with image documentation. Ultrasound imaging of abdomen (e.g. aorta, renal, gallbladder, pancreas, billiary ducts, liver, spleen; to look for abnormalities such as fluid/solid masses, ascites, abscess or acute appendicitis) B-scan or real time with image documentation. Ultrasound imaging of transplanted kidney or billiary stint catheter with B-scan or real time with image documentation with or without duplex Doppler studies. Ultrasound imaging of pelvis (non-obstetric) B-scan and/or real time with image documentation. Ultrasound imaging of scrotum, testicle and other scrotal contents Ultrasound imaging of upper/lower extremity, non-vascular, B-scan and/or real time with image documentation. Ultrasound guidance procedures for needle localization and placement VASCULAR ULTRASOUND IMAGING Cerebrovascular arterial ultrasound studies Extremity arterial echography studies Extremity venous echography studies CARDIAC ULTRASOUND IMAGING Adult (>sixteen [16] years of age OR greater than ninety (90) pounds weight) echocardiography of cardiovascular system by real time with image documentation (2D) with or without M-mode recording. Doppler echocardiography system pulsed wave and/or continuous wave with spectral display. Qualifications of Contractor Personnel: The sonographer must possess effective verbal and written communication skills in order to communicate precise medical and technical information and also demonstrate age specific competency. Sonographers shall document at least one (1) year clinical experience in exams and possess demonstrated competency in all sonographic modes (e.g. A-mode, M-mode, B-scan, real time Duplex Doppler scan with or without color Doppler flow, endovaginal scan). The clinical experience shall have been consecutive and must have been completed within the immediate past two (2) years. Sonographers shall be registry eligible or maintain a current unrestricted licensure/registration issued by the American Registry of Diagnostic Sonographers (ARDMS) or the equivalent. Sonographers must be certified in CPR and maintain certification during the contract period. Sonographers must possess, prior to initiation of services appropriate immunizations including Hepatitis A and Hepatitis B. Applicable Documents American Registry of Diagnostic Medical Sonographers www.ardms.org Oklahoma City Area Indian Health Service www.ihs.gov Occupational Safety and Health Administration (OSHA) www.osha.gov National Institute's of Health (NIH) www.nih.gov GOVERNMENT-FURNISHED PROPERTY, FACILITIES, SUPPLIES, UTILITIES, AND SERVICES GENERAL INFORMATION: The Government will provide, without cost, the facilities, property, consumable supplies, utilities and services listed below. All Government-Furnished Property (GFP) shall be managed in accordance with Contractor's Property Control Plan and property clauses in this contract. The Contractor shall acknowledge initially and annually, in writing to the Contracting Officer, receipt and inventory of all Government-furnished property provided for Contractor use, including any future additions or deletions to this inventory. GOVERNMENT - FURNISHED FACILITIES AND EQUIPMENT: The Government will provide ultrasound exam room located in Radiology Room #411 of the Pawnee Indian Health Center facility. This space provides minimal storage space for materials, supplies, and equipment. The Contractor shall maintain the space so they are clean, safe, and free of fire safety hazards. The Contractor shall clean and disinfect equipment and work area. The area is subject to Government inspection at all times. The Government will provide the following equipment for use in performance of this contract. The contractor is responsible for proper operation and routine maintenance of the equipment including cleaning and inspecting for loose wires, screws, and parts. Any repairs of equipment will be accomplished by the Government except those damages resulting from neglect or misuse. GOVERNMENT FURNISHED PROPERTY AND CONSUMABLE SUPPLIES The Government will provide facility specific contractor identification badges for each contractor. The Government will provide the following consumable supplies for use in performance of this contract. NOTE: Contractor shall use these consumables only for this contract: Ultrasound Gel, Medical Documentation Papers, Dry Laser Film, Non-Sterile Probe Covers, Video Media, Disinfectants, Paper Towels. GOVERNMENT - FURNISHED UTILITIES AND SERVICES: Training: The Contractor shall ensure personnel participate in any required/mandatory facility specific orientation/training necessary for the Contractor to perform the required duties including risk management, infection control, safety, and clinic emergency codes. Training will be provided if mandates are made by any regulating agency while the sonographer is working under this contract. The Pawnee Indian Health Clinic is not obligated to provide training for the purpose of continuing education, career, or individual development. Computer Access: The contractor shall submit in writing the need for computer access. Approval of access will be determined by the CEO in conjunction with the IT department head. The contractor shall conform to all Indian Health computer security and privacy policies and procedures. Participation in Emergency Response: The Contractor shall ensure personnel participate in facility specific emergency response exercises and events such as code blue, fire, disaster, and hazardous spills. Government Patient Management Responsibilities: The Government shall be responsible for scheduling appointments consistent with times required for specific procedures. The Government is responsible for providing appropriate patient records/chart in a timely manner for documentation purposes. Employee Attire: The Contractor employee shall present a professional, neat, clean, and uniform appearance and shall wear an identification badge issued by the Pawnee Indian Health Center reflecting the name of the contractor. Professional attire is required including lab coats and scrubs. Jeans, shorts, tank tops, and open toe shoes are unacceptable. Training: The Contractor is responsible to maintain required CME for employee. The Contractor shall maintain an up-to-date record of all training completed by employees. These training records shall be provided to the Contracting Officer or PO upon request. Health Requirement: The Contractor shall maintain on file evidence of physical examinations for all employees working in the facility to include a screening test for tuberculosis, and any other test deemed necessary in the opinion of a medical professional. These personnel shall also provide proof of immunization against polio, tetanus, diphtheria, rubella, and rubeola. Physical Security: The Contractor shall be responsible for safeguarding all Government property provided for contractor use. At the end of each work period, all Government facilities, equipment and materials must be secured. The Project Officer will arrange for access to the Contractor to buildings or rooms/area to be opened and closed as necessary in the performance of contract requirements. Failure or Inability to Perform Services: The Contractor shall submit a plan which outlines a course of action, for leave coverage or if personnel become ill or become unable to carry out duties. The plan will include a plan for reimbursement of any sonographic studies referred to another facility due to unscheduled shutdown because of lack of qualified technologist. Performance Evaluation of Sonographers: The Project Officer shall periodically evaluate the sonographer for performance and professional attitude. The Contractor shall make a provision whereby an unsatisfactory evaluation of the sonographer by the Project Officer shall mandate a replacement of the sonographer. The replacement shall be made a within a period mutually agreed upon between the Contractor and IHS Senior Contracting Officer. Conduct: The Contractor shall meet standards as listed in the Federal Code of Conduct. Reporting Requirements: The Contractor shall report fires, hazardous conditions, and items in need of repair and emergency situations to the Project Officer or the designated alternate. Material Safety Data Sheets (MSDS): MSDS sheets will be made available to the Contractor's employees. Supervisor: The Contractor shall ensure a supervisor can be contacted by telephone or pager 24 hours a day, 365 days a year. While physically in the Pawnee Indian Health Center the Contractor shall abide by clinic rules. If due to illness, weather, or unforeseen difficulties the contractor must be absent, the contractor shall notify the Pawnee Indian Health Radiology Department immediately. Orientation: The Contractor shall be available for orientation to the Pawnee Indian Health Clinic. This shall include successful fulfillment of the orientation program before beginning to work with patients. Orientation shall include but not be limited to life safety, HIPAA, infection control and general privacy issues. CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. The provisions of 52.212-1, Instructions to Offerors-Commercial Items (JUNE 2008), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide the following: (1) completed "Temporary Waiver of Character Investigation" and "Declaration for Federal Employment" form (2) Dun and Bradstreet Number (note: Contractors must be registered in the Central Contractor Registration to be eligible for award. This can be done at http://www.ccr.gov). The provisions of 52.212-2, Evaluation - Commercial Items (Jan 1999) applies to this acquisition. The Government intends to award one from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Price; (2) Qualifications. Both factors are equal in importance. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2007) or indicate certifications in ORCA at https://orca@bpn,gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JUNE 2010), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 Central Contractor Registration (July 2006), 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007), 52.223-6 Drug-free Workplace (May 2001), 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997), 352.224-70 Confidentiality of Information (April 1984), 352.270-17 Crime Control Act-Reporting of Child Abuse (Jan 2006) and 352.270-18 Crime Control Act-Requirement for Background Checks (Jan 2006). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (MARCH 2011) applies to this acquisition. The following clauses apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sept. 2006); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). EVALUATION CRITERIA Technical as well as price will be a deciding factor for award of a purchase order. The due date for this requirement is April 1, 2011. THE INDIAN HEALTH SERVICE WILL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THESE EVALUATION CRITERIA AS FOLLOWS: A) registration in the Central Contracting Registration (CCR) database (reference www.ccr.gov) B) Propose and provide an all inclusive hourly rate for services. The estimated quantity is 1248 hours for a one-year period. The estimated start of award is April 18, 2011. C) Provide a "Temporary Waiver of Character Investigation" form. D) Certifications in ORCA at https://orca@bpn.gov E) Medical Liability Insurance. F) Current licensure/registration issued by American Registry of Diagnostic Sonographers (ARDMS) or equivalent. G) Documentation of at least one (1) year clinical experience.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-11-Q-0006/listing.html)
 
Place of Performance
Address: Pawnee Indian Health Clinic, 1201 Heritage Circle, Pawnee Ok., Pawnee, Oklahoma, 74058, United States
Zip Code: 74058
 
Record
SN02408166-W 20110326/110324234207-a2a11f97d8c9c70a774a543ebb10f08d (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.