Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2011 FBO #3487
SOLICITATION NOTICE

Q -- Dental Hygienist Services - SF1449 - Dental Hygienist Services

Notice Date
6/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621310 — Offices of Chiropractors
 
Contracting Office
Department of Justice, Bureau of Prisons, USP Lee County, PO BOX 900, Lee County Industrial Park, Hickory Flats Road, Pennington Gap, Virginia, 24277
 
ZIP Code
24277
 
Solicitation Number
RFQP01171100023
 
Archive Date
7/23/2011
 
Point of Contact
Melissa Rutherford, Phone: 12765469144
 
E-Mail Address
melissa.rutherford@usdoj.gov
(melissa.rutherford@usdoj.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Table of Contents Solicitation Information Statement of Work Letter to Quoter SF1449 for Dental Hygienist Dental Hygienist The Federal Bureau of Prisons intends to make an award to an individual or company a firm-fixed price type contract for the provision of professional Dental Hygienist services which meets the requirements outlined in this statement of work. The Dental Hygienist will provide services for the inmates incarcerated at the United States Penitentiary (USP) and Federal Prison Camp (FPC) located in Pennington Gap, Virginia. General information regarding the Federal Bureau of Prisons (BOP), its facilities, and referenced Program Statements can be located at www.bop.gov. The Government reserves the right to award without discussion and to make a single award. Therefore, each initial quote should contain the quoters best terms from a cost or price standpoint. The contract period will be in effect from the date of award through 12 months. PLACE OF PERFORMANCE Services will be performed within the Health Services Units at the USP/FPC Lee, Virginia, in a clinical setting where exposure to infectious and contagious diseases is common. SCHEDULE OF PERFORMANCE A session will equal one (1) hour. The facility is expected to require an average of thirty (30) sessions per week normally, Monday through Friday (except Federal holidays), normally between the hours of 7:30 am and 3:00 pm, with a thirty (30) minute unpaid lunch period, (if applicable). A mutually agreed upon schedule will determined following award of a contract. Upon agreement, any changes to the schedule must be coordinated with the Contract Monitor (CM) assigned under the contract. The CM will be responsible for defining each weekly schedule. However, the daily call-out will dictate the exact schedule and sessions required. The schedule is subject to change based on the variable needs of the institution and the unpredictable nature of the correctional environment. The Contractor may be subject to schedule changes and must be flexible. The schedule shall not exceed thirty (30) hours per week for an individual. The Contractor will be available for emergencies as necessary. Due to the nature of the correctional setting, delays in performance of work may be expected. Such delays may include, but are not limited to, inclement weather, electrical or mechanical problems, or other security matters. When contract employees report to the institution but are unable to perform services due to such delays, the Contract will be paid for one (1) session. Normally, any remaining sessions for that day will be suspended and the Contractor will be free to leave hand the Contractor will not be paid for the remaining non-performed sessions. However if the institution requests that the Contractor remain at the institution for eventual performance, the Contractor shall be paid for such sessions. In the event of any absence, the Contractor shall provide replacement coverage. If the Contractor fails to provide coverage, the Government may seek contractual remedy. SUPPLIES Due to security reasons all supplies and equipment that the Contractor may need, while at the institution, will be furnished by the institution. These supplies normally will include any materials needed to perform the services covered under this contract. All records maintained by the Contractor under this contract will remain the property of the institution. DESCRIPTION OF RESPONSIBILITIES The resulting contract shall be a non-personal health care services contract as defined in Federal Acquisitions Regulations (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, professional aspects of services rendered (e.g. professional judgments, diagnosis for specific medical treatment). The Contractor shall indemnify the government for any liability producing act or omission by the Contractor, its employees and agents occurring during contract performance. In accordance with FAR 37.401(d) and FAR clause 52.237-7, Indemnification and Medical Liability Insurance, the Contractor shall maintain and provide medical liability insurance, in a coverage amount acceptable to the Contracting Officer, which is not less than the amount normally prevailing within the local community for the medical specialty concerned. The Contractor has sole responsibility and discretion for choosing and Implementing the manner and method of performing tasks outlined In this Statement of Work as long as the requirements are performed In accordance with the policies referenced, standards and methods generally accepted within the Contractors field of expertise. All duties shall be performed In accordance with standards and methods generally accepted within the field of Dental Hygiene and In compliance with alt Federal and State policy and regulations. The Contractor shall adhere to all standards and regulations associated with the Joint Commission on Accreditation of Healthcare Organizations (JCAHO) and American Correctional Association Foundation/Core Standards for Adult Correctional Institutions. The Contractor must have the ability to work with an inmate population from a variety of cultural, regional, racial and ethnic backgrounds. The Contractor shall be responsible for, but not limited to providing: Dental health education; dental prophylaxis and topical fluoride application; dental screening examination; subgingival scaling and preparation of patients for periodontal surgery; root planning; soft tissue curettage; dental charting; periodontal charting; prescribed treatment of localized alveolar osteitis and pericoronitis; preparing placing and removing periodontal packs; placing temporary fillings; polishing amalgam and composite restoration; application of pit and fissure sealants; placing and removing rubber dams; and removing sutures. Completes medical record entries, ensuring entries are legible and in the Subjective, Objective, Assessment, and Plan (SOAP) format. Information provided shall be dated, timed, complete, signed, authenticated, and legible. Contractor will counsel inmates, either singularly, or in groups concerning their dental/hygiene care and the expected results of hygiene care. Provide in-service training to medical staff on hygiene diets, types of food groups, and quantities for each diet to maintain proper Dental Hygiene. The Contractor shall be knowledgeable of all infection control techniques and be able to apply them. Contractor will also be expected to handle telephone communication in the dental clinic, make appropriate entries In the dental record, appointment book for prophylaxes, type reports and correspondence, and other general duties recognized as routine In a dental clinic. EMPLOYEE HEALTH REQUIREMENTS The Contractor shall ensure that the Dental Hygienist is free of infectious diseases. Any individual performing as a licensed Dental Hygienist under this contract who subsequently develops a medical condition which might reasonably be expected to place other workers, patients, or the public at risk shall be Immediately removed from activities requiring performance of invasive procedures and activities which might reasonably be expected to place other workers, patients, or the public at risk. In any such case, the Contractor shall be responsible, at no additional cost to the institution, for securing the services of any replacement personnel required to contract performance. EDUCATION BACKGROUND AND QUALIFICATIONS Quoters must specifically identify the individual that will be performing these services under any subsequent contract award. The quoter must provide proof that their candidate meets all qualifications. The candidate's name and qualifications must be submitted at the time the quote Is submitted. All Contractors must submit with their quote a resume, photocopies of documents evidencing education and training. The individual providing Dental Hygienist services under contract award must have graduated from an accredited school or program, must have a Virginia state license in the field of dental/oral hygiene, and be certified in Cardio-Pulmonary Resuscitation in accordance with the American Red Cross or American Health Association. The Individual performing the services must also maintain a current Radiology Certification and have two (2) years of current experience as a Dental Hygienist. PHYSICAL DEMANDS The physical demands of this service are sedentary in nature however, walking, standing, and sitting are required to accomplish the assigned duties. Occasionally the Contract provider will be required to lift boxes and equipment. UNIFORM REQUIREMENTS The contractor must wear appropriate and professional attire at all times. The Contractor is responsible for providing his/her own smocks, laboratory coats, surgical scrubs, and must be consistent with those worn in the local community. PERSONAL CONTACTS Personal contacts are patients requiring dental care, other dental professionals, para-professional civilians, Bureau employees, and the Chief Dental Officer. Personal contacts are for the purpose of treating patients, exchanging of ideas with other dental professionals, discussions of dental treatment plans and other daily contacts relative to his/her work. RESTRICTIONS ON CONTRACT WORKERS The Contractor shall not supervise inmates, supervise Bureau of Prisons staff, participate in inmate accountability; requisition, sign for, or pickup supplies; formulate policy or procedures; or, attend meetings, staff recalls or staff functions. PATIENT MANAGEMENT Patients shall be accorded impartial access to treatment or accommodations that are available or medically indicated, regardless of race, creed, sex, national origin, or religion. Services provided under the sponsorship of the Contractor shall be departments/services of the medical or dental department. Staffing shall be commensurate with the expected needs of the patients and within the scope of services offered. The Contractor shall not provide information to the inmate(s). If the situation arises, where inmate(s) are required to be provided information, the Dental Officer shall provide any information the inmate(s) are to receive. The Contractor is required to maintain an open line of communication with the Chief Dental Officer and Health Services Administrator (HSA). INMATE MANAGEMENT The provision of services under this proposed contract will require frequent and unsupervised contact with inmates. The Contractor will not be responsible for the management of inmates except to ensure that those inmates involved in activities within the Contractor's scope of work shall abide by all rules, in effect, to ensure the safety and well-being of all participants. The Contractor will report any Infractions of rules and regulations by any inmate to the Chief Dental Officer, the Clinical Director, HSA, the CM, or an appropriate Government Employee. INSTITUTION SECURITY The Contractor agrees to adhere to all regulations prescribed by the institutions in regards to the safety, custody, and conduct of Inmates. The Bureau of Prisons requires all non-employees to sign in and out of the institution for security reasons. The Contractor may, at any time, be removed from the institution at the discretion of the Warden (CEO). The Contractor will be provided with security and BOP procedures orientation program session, consisting of approximately four (4) hours, prior to performing any services under this contact. The date and time for this orientation will be mutually agreed upon by both parties, and reimbursement for attendance will be at the hourly contract rate. METHOD OF PERFORMANCE The Contractor has sole responsibility and discretion for choosing and implementing the manner and method of performing tasks outlined in this Statement of Work as long as the requirements are met in accordance with the policies described above. Award of this contract will result in a contractual arrangement only and shall not be construed as a personnel appointment with the Bureau of Prisons. The services shall not constitute an employer/employee relationship. Payments to the Contractor shall be based on the provision of an end product or the accomplishment of a specific task. Results to be obtained are within the Contractor's own unsupervised determination. The Contractors performance will be evaluated in accordance with FAR Part 42. The Contractor will not be subject to Government supervision but Its efforts will be monitored for quality assurance. Contract monitoring reports will be prepared by the CM and maintained in the contract file. PAYMENT TERMS The Contractor will be responsible for signing the log of Medical Consultant Visits Form BP-352(6), which will be located in the Dental Clinic of the Health Services Unit. The Contractor will be required to record in the log, the date of service, time of arrival, and departure. Additionally, the Contractor shall supply the clinical Director, HSA, and/or the Chief Dental Officer with a written report about the inmate(s) seen and place visited with the correspondent time frame. The Contractor must provide a means for electronic payment to include bank routing and account number. Payment terms as specified in FAR 52.212-4(g). The Government will make payment in accordance with the Prompt Payment Act 31 U.S.C. 3903 and prompt payment regulations at 5 CFR Part 1315. Payment terms shall be Net 30 days. The Contractor can, however, offer discount payment terms for prompt payments as specified in block 12 on the SF-1449 form of this solicitation. Partial or half sessions will not be authorized for payment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/11704/RFQP01171100023/listing.html)
 
Place of Performance
Address: USP Lee, Penningtong Gap, Virginia, 24263, United States
Zip Code: 24263
 
Record
SN02470300-W 20110612/110610235731-6f7f378db27c78ca42d53a0fe8a07b51 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.