Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2011 FBO #3617
SOLICITATION NOTICE

Q -- PODIATRY SERVICES - FAR provision 52.212-3

Notice Date
10/18/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621391 — Offices of Podiatrists
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-12-003-REL
 
Archive Date
11/17/2011
 
Point of Contact
Rita E Langager, Phone: 406.247.7293
 
E-Mail Address
rita.langager@ihs.gov
(rita.langager@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications - Commercial Items (MAY 2011) that must be completed and submitted with the offer. 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 Program 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 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 Billings Area Indian Health Service (IHS) intends to award a Contract Health Service (CHS) requirements type contract in response to Request for Quotation (RFQ) 10-12-003-REL. The solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industry Classification System code is 621391 and the small business size standard is $7.0 million. Potential contractors are asked to propose an all-inclusive daily rate. PRICE SCHEDULE - PODIATRIST: BASE YEAR: 22 Clinics @ $___________________ per Clinic = $________________________. OPTION YEAR ONE: 24 Clinics @ $___________________ per Clinic = $________________________. OPTION YEAR TWO: 24 Clinics @ $___________________ per Clinic = $________________________. OPTION YEAR THREE: 24 Clinics @ $___________________ per Clinic = $________________________. OPTION YEAR FOUR: 24 Clinics @ $___________________ per Clinic = $________________________. GRAND TOTAL: $________________________. PERIOD OF PERFORMANCE: November 2011 through September 30, 2012, with four 12-month options. PURPOSE OF THE CONTRACT: The purpose of this acquisition is to contract for Podiatry Services at the Northern Cheyenne Service Unit, PHS Indian Health Center, Lame Deer, Montana. WORK SCHEDULE: The services shall be scheduled during the weekday and provided from 8:00 am to 4:30 pm. The Podiatrist shall provide two full day clinics each month. STATEMENT OF WORK: This procurement is a nonpersonal health care service contract, as defined in 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 and professional aspects of services rendered (e.g., professional judgments, diagnosis for specific medical treatment). The Contractor shall indemnify the Government for any liability producing acts or omissions by the Contractor, its employees and agents occurring during contract performance. The Contractor shall maintain medical liability insurance, which is not less than the amount normally prevailing within the local community for the medical specialty concerned. The Contractor is required to ensure that its subcontracts for provisions of health care services contain the requirements of the clause at 52.237-7, including the maintenance of medical liability insurance. Major Duties: Evaluation and treatment of patients in need of licensed Podiatry care. The Northern Cheyenne Service Unit requires 2 full day clinics per month to address a high volume of patients with podiatry needs. The podiatrist will consult with other medical service providers to include, but not limited to, physicians, nurse practitioners, physician assistants, behavioral health specialists, pharmacists, and allied health service providers. The podiatrist may be asked to participate in committees related to patient pain management concerns. Surgical procedures deemed necessary by the podiatrist will be considered, approved, denied or deferred through the Northern Cheyenne Service Unit or appropriate Contract Care Committee. Surgical procedures that are approved would be provided at 70% of the contract podiatrist's surgery fee schedule. KNOWLEDGE REQUIRED BY THE POSITION: The contractor must be a licensed podiatrist that can manage a wide scope of complex podiatry care. GUIDELINES: Guidelines include Public Health Service, Indian Health Service, Billings Area Office, Service Unit and Outpatient Department staff regulations, policies, and procedures. In nearly all cases, however, the podiatrist's judgment will be used for determining the care that is in the patient's best interest. COMPLEXITY: The work involves all aspects of podiatry services. The podiatrist provides services within their legal scope of practice and participates in coordination of care with other health care providers. The work may be complex, requiring consultation with other health care providers and specialists. The work requires simultaneous application of multiple knowledge, skills, and abilities in Podiatry medicine. SCOPE AND EFFECT: The purpose of the work is to provide Podiatry services, which directly affects the health and well being of individual patients, the patient's families, and impacts the health status of the entire community served. The Podiatrist will work directly with local Northern Cheyenne Service Unit primary care providers to support continuity of care with their patients. PERSONAL CONTACTS: Personal contacts are with patients, families of patients, medical officers and other health professionals, other ancillary employees, administrators and healthcare providers from the private sector. PURPOSE OF CONTACTS: The purpose of contacts are to obtain and exchange health information, resolve problems, educate, influence, and motivate individuals and groups to understand and accept recommended medical information, diagnosis, and treatment. PHYSICAL DEMANDS: The work involves standing, bending and lifting patients throughout the work day. Handling needles and medication for injection also pose a risk for individual injury. Injuries could result from physically handling patients or with working with patients that may be emotionally disoriented. WORK ENVIRONMENT: The work is performed in an outpatient clinic setting, with continued exposure to patients having a variety of illnesses and communicable diseases. The podiatrist may be subjected to adverse weather and hostile patients and/or their families. TASK ORDERS AND PAYMENT: The Contract Health Service (CHS) Office at the Northern Cheyenne Service Unit will obligate the funds on the IHS T 843 1A, Purchase Delivery Order for Health Services. Payment will be made by the Fiscal Intermediary, New Mexico Blue Cross and Blue Shield, IHS Contract Health Services, P.O. Box 13509, Albuquerque, New Mexico 87192-3509. Each ordering official will be responsible for: (a) Monitoring funds available for obligation under this contract; (b) Ensuring that the delivery orders are issued in accordance with the terms of this contract; (c) Ensuring that delivery orders, invoices and payments are processed in a timely manner; and (d) Assisting the Contractor in resolution of administrative problems encountered during performance of the contract. Payments through Fiscal Intermediary (FI): (a) All claims presented by the Contractor shall be paid in accordance with the Prompt Payment Act, 31 U.S.C. 3901, et seq., and it's implementing policies and procedures contained in OMB Circular No. A-125. (b) Interest shall be paid on late payments in accordance with the requirements of Federal Acquisition Regulation Subpart 32.9. In particular, the specified interest shall be paid when the payment occurs more than 30 days after the Contractor has submitted a "clean" claim. (c) The FI shall pay claims under this contract either by check or wire transfer at the option of the FI. (d) The Contractor shall direct all inquiries concerning claim payments directly to the Fiscal Intermediary, New Mexico Blue Cross/Blue Shield at 1-800-225-0241 or by writing to the above address. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all necessary equipment and supplies. The Northern Cheyenne Service Unit will be responsible for getting the Contractor access and clearance to all computer services necessary to carry out his/her duties. 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. Access/clearance to all pertinent computer systems, including completing a Business Partner Interconnection Security Agreement (BPISA), should be coordinated with the Site Manager. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR): The COTR shall be responsible for: (1) Monitoring the Contractor's 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. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the Clinical Director at the Northern Cheyenne Service Unit, PHS Indian Health Center, P.O. Box 70, Lame Deer, Montana 59043. The Contractor agrees to include the following information on each invoice: (1) Contractor's name, address and telephone number; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service including the number of patients seen; and (6) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. 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. CHILD CARE NATIONAL AGENCY CHECK AND INVESTIGATION (CNACI). A CNACI must be completed for all Indian Health Service (IHS) contractor personnel within the Billings 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 Administrative Officer at the Service Unit will conduct the character and background investigations. Fingerprints must also be taken as part of the pre-employment process and must be completed before the podiatrist is allowed to work. The fingerprint check should be coordinated with the Administrative Officer. 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. The Privacy Act of 1974 mandates that the Contractor maintain complete confidentiality of all administrative, medical and personnel records, and all other pertinent information that comes to his/her attention or knowledge. The Privacy Act carries both civil and criminal penalties for unlawful disclosure of records. Violation of such confidentiality shall be cause for adverse action. All IHS regulations and policies applicable to these Acts shall be enforced. The Contractor shall comply with IHS facility infection control and safety procedures, practices, and standards. 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 following factors shall be used to evaluate offers: (1) CURRENT, UNRESTRICTED STATE LICENSE = 35 POINTS. Potential contractors must submit a copy of State license with the price quote; (2) RESUME = 35 POINTS. Potential contractors must submit a copy of resume with the price quote. Resumes must include information relating to: (a) Professional Education; (b) Certifications; and (c) Previous jobs; and (3) PAST PERFORMANCE = 30 POINTS. The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts/jobs. The offeror must list at least three contracts/jobs and include the following information. (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service/Employment; (4) Total contract value/Hourly wage; (5) Description of contract work/Job duties; (6) Contracting Officer/Company Manager and telephone number; (7) Program Manager and telephone number, if applicable. Technical and past performance, when combined, are considered approximately equal to cost or price. (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 option(s). (c) A written notice of award 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, 52.204-9, 52.212-4, 52.212-5, 52.215-5, 52.216-18, 52.216-19, 52.216-21, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.227-14, 52.227-17, 52.228-5, 52.229-3, 52.232-18, 52.237-2, 52.237-3, 52.237-7, 52.242-15, 52.242-17, 52.245-1, 352.201-70, 352.202-1, 352.203-70, 352.215-1, 352.215-70, 352.222-70, 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, 52.209-6, 52.209-10, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 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 https://www.acquisition.gov/ and http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3524d214210697effd2fd5c77848a806&rgn=div5&view=text&node=48:4.0.1.8.33&idno=48. 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 https://www.bpn.gov/CCR/default.aspx 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 Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 2:00 p.m., on November 2, 2011. 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 Rita.Langager@ihs.gov or by fax at (406) 247-7108. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 90 days from the date of receipt by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-12-003-REL/listing.html)
 
Record
SN02608752-W 20111020/111018233838-105128984b6742e7c95b25ff79497b60 (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.