Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2005 FBO #1227
SOLICITATION NOTICE

Q -- GENERAL SURGEON AND SURGICAL NURSE

Notice Date
4/4/2005
 
Notice Type
Solicitation Notice
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North PO Box 36600, Billings, MT, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-05-034-REL
 
Response Due
4/22/2005
 
Archive Date
5/7/2005
 
Point of Contact
Rita Langager, Contract Specialist, Phone 406.247.7293, Fax 406.247.7108,
 
E-Mail Address
rlangager@mail.ihs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
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)), FAR 37.104, Personal Services Contracts (Public Law 103-332, Department of the Interior and Related Agencies Appropriation Act, Title II, September 30, 1994, 108 Stat. 2530 as implemented by 25 U.S.C. 1638c), and FAR Subpart 37.6, Performance-Based Contracting. This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) reserves the right to award either a single contract or multiple firm fixed-price commercial item contracts in response to Request for Quotation (RFQ) 10-05-034-REL. This solicitation is restricted to 100% Small Business concerns. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-02. The associated North American Industry Classification System code is 621111 and the small business size standard is $8.5 million for the General Surgeon and is 621399 and $6.0 million for the Surgery Nurse. PRICE SCHEDULE: ITEM ONE: GENERAL SURGEON: Potential offerors shall propose an all inclusive hourly rate for BASE YEAR: 96 HOURS @ $________ per HOUR = $__________; OPTION ONE: 192 HOURS @ $________ per HOUR = $__________; OPTION TWO: 192 HOURS @ $________ per HOUR = $__________; OPTION THREE: 192 HOURS @ $________ per HOUR = $__________; and OPTION FOUR: 192 HOURS @ $________ per HOUR = $__________. ITEM TWO: SURGERY NURSE: Potential offerors shall propose an all inclusive hourly rate for BASE YEAR: 96 HOURS @ $________ per HOUR = $__________; OPTION ONE: 192 HOURS @ $________ per HOUR = $__________; OPTION TWO: 192 HOURS @ $________ per HOUR = $__________; OPTION THREE: 192 HOURS @ $________ per HOUR = $__________; and OPTION FOUR: 192 HOURS @ $________ per HOUR = $__________. STATEMENT OF WORK FOR GENERAL SURGEON: The contractor will provide outpatient general surgical consultation and minor surgical procedures as needed. Services will be provided to patient primarily in the outpatient area of the Fort Belknap Health Center. The contractor will provide written documentation in the patients medical record for consults and other patient encounters detailing the contractors clinical impression and recommendations for further evaluation and/or therapy as well as any surgical procedures. The contractor will provide surgical consultation to patients of the Fort Belknap Health Center. The contractors work schedule will consist of two 8-hour clinics per month scheduled on days mutually agreed upon by the contractor and the Fort Belknap Health Center Chief Medical Officer. The services will include surgical consultation, patient management, and diagnostic and/or therapeutic procedures for which the contractor is privileged at the Fort Belknap Health Center. The contractor will conduct outpatient clinics making observations appropriate to the patients underlying disease and treatment plan. The contractor will instruct and counsel patients and family members as required. The contractor will assure the provision of timely follow up care as required. The contractor will perform or assist other physicians in the performance of minor surgery. The contractor will refer patients to appropriate contracted medical or other Government facilities providing full clinical information for care and diagnostic procedures that cannot be adequately provided at local IHS facilities. On request, will assist in the provision of continuing education, on the job training, and evaluates surgical procedures and processes relative to assurance of quality patient care. The contractor may be required to see and treat non-Indian patients in the course of carrying out the duties of the position. The contractor will provide technical supervision for the nurse assigned to provide surgical nursing and assistance during general surgery clinic hours of operation. The contractor will maintain licenses, CME, specialty board certification and provide proof as required for credentialing. The contractor will provide his/her own transportation. The contractor will assist in Super Bill or other billing instrument completion. The Fort Belknap Health Center will provide space and other assistance as needed to aid the contractor in the delivery of professional services of high quality. All documentation will be performed in accordance with the requirements of the policies of the IHS Medical Records Department and Medical Staff policies. The IHS will be responsible for billing and collection for all services provided by the contractor. Interviews and examines patients, reviews past medical history, and requests and/or performs diagnostic tests and examinations deemed necessary for patient evaluation. Makes preliminary diagnosis, directs, prescribes or provides treatment, or arranges for specialized care or patient referral as required. Bases decisions upon information obtained, professional medical knowledge and skill. KNOWLEDGE REQUIRED BY THE POSITION: A professional degree of Doctor of Medicine or Doctor of Osteopathy is required. Expert knowledge of the specialty or completion of an approved five (5) year residency in the specialty leading to board eligibility or board certification by an approved American Specialty Board, or an equivalent combination of graduate training and experience to total a minimum of five years. The contract physician shall hold a current unrestricted license to practice medicine osteopathy in at least one State of the United States of America and shall certify that he/she has not been barred or sanctioned by Medicare and/or Medicaid and has not had license to practice medicine/osteopathy suspended or revoked in any State. Must be knowledgeable of Service Unit medical staff bylaws and rules and regulations and comply with all requirements for appointment to and maintaining status as an active member of the medical staff. Must maintain special skills: General Surgery and BLS certification. Shall be able to speak, understand, read, and write the English language fluently and communicate with sufficient clarity to be understood by IHS personnel and patients. The contract physician shall possess sufficient initiative, interpersonal relationship skills and social sensitivity such that he/she can relate constructively to patients from Native American communities. Must possess and demonstrate skill in tact and diplomacy while working in stressful situations. GUIDELINES: Available guidelines include DHHS, PHS, IHS, Billings Area, Service Unit, and Medical Staff regulations, policies, procedures, and bylaws. In addition, traditional and currently accepted medical practices area available in the form of specialty consultation, medical journals, and textbooks. In nearly all cases, however, the physicians judgment is the key factor in determining whether guidelines are to be adhered to or deviated from or whether new guides need to be developed to protect the interests of the patient. COMPLEXITY: The position requires a broad knowledge of general surgery principles and practices and involves diagnosis and treatment of patients with a wide variety of physical and emotional problems and includes the broad application of general surgery, education, prevention, cure, and rehabilitation. Contract surgeon is expected to employ a wide variety of surgical skills without the benefit of technical guidance. He/she serves as a consultant in general surgery to the medical staff independently and without professional direction. STATEMENT OF WORK FOR SURGERY NURSE: The contractor will provide direct, professional nursing care to patients seen in the general surgery clinic. The contractor must be proficient in surgical skills in order to provide nursing assistance to the general surgeon providing outpatient surgical services at the Fort Belknap Health Center. The contractor will provide maintain current nursing licensure and BLS certification. The contractor obtains patient medical/surgical history, records information, maintains accurate records, assesses patient conditions/vital signs, assists the general surgeon with examinations, minor surgical procedures, wound care and follow up. Administers oxygen, IV fluids/medications and prescribed oral, topical, rectal, subcutaneous and intramuscular medications. Coordinates health care needs through use of all health care disciplines to meet identified patient care needs. Initiates emergency interventions as indicated, e.g., BLS protocols. Coordinates and maintains a schedule of outpatient general surgery clinic patients. Provides individual and family counseling/teaching. Provides nursing care to meet the physical, emotional, mental, spiritual, and socio cultural needs of the ill patient and family. Coordinates ancillary services as needed. KNOWLEDGE REQUIRED: Professional knowledge of nursing care principles, practices, and procedures required to access and apply surgical nursing services to patients with a wide variety of health conditions and illnesses. Ability to develop or participate in developing a nursing plan to meet the needs of assigned patients. Ability to plan and work with a clinical team. Ability and skill to recognize adverse signs and symptoms and to react swiftly in emergency situations. Knowledge of pharmaceuticals, their desired effects, side effects, and complications of their use. Skill in operating medical equipment, i.e., cardiac monitoring devices, etc. Knowledge of a wide variety of medical disorders and disease anticipated complications and indicated therapeutic interventions. Ability to provide guidance and health instruction to help patients understand health promotion and prevention. Knowledge of culture, customs, and health problems of the Native American population, with more specific knowledge of the Gros Ventre and Assiniboine cultures. PROJECT OFFICER AND SUPERVISOR: Dr. Robert B. Andrews, D.O., shall supervise, monitor and ensure the General Surgeon and Surgical Nurse are adequately performing the requested services, duties and responsibilities in accordance with the statement of work and performance requirements for which they were hired to accomplish. Work performance is reviewed for conformance to IHS and updated policies, procedures and accepted professional practices relating to direct patient care. The supervisor or his designee will be available for consultation. Because of the contract General Surgeon and Surgical Nurses recognized technical expertise in his/her area of specialization (General Surgery), the work accomplished is considered technically authoritative and almost always, accepted without review. Work, which involves out of the ordinary diagnostic decisions or treatment, is discussed with supervisor who keeps aware of the condition of such patients and all aspects of treatment regimen. Work performance is reviewed for conformance to IHS and updated policies, procedures, and accepted professional practices relating to direct patient care. PERFORMANCE-BASED SERVICE DELIVERY SUMMARY: The General Surgeon and Surgical Nurses performance will be measured based on the following Performance Requirements: (1) Quality of Performance; (2) Shift Coverage; (3) Documentation of Medical Records; and (4) Customer Service. The Performance Requirements will be measured against the following Government Performance Standards: (1) Provide Physician Services as specified in the Performance Work Statement; (2) Must be available for shift coverage; (3) Complete medical records in accordance with JCAHO requirements and Fort Belknap Service Unit medical staff by-laws, rules and regulations; and (4) 5 or more customer complaints. The Method of Government Surveillance to determine compliance with the Performance Requirements are as follows: (1) Peer reviews (i.e., written evaluations) and periodic conferences between the contractor and project officer; (2) Random Sampling by the project officer or her designee; (3) Random Sampling by the project officer or her designee; and (4) Validated Complaints. Deduction Schedule: A 5% deduction shall be assigned to each Performance Requirement. Deductions shall be assessed against individual invoices when services are not performed or do not meet contract requirements. PERIOD OF PERFORMANCE: Base year with four 12 month options. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all medical equipment and supplies. The Fort Belknap Service Unit will be responsible for getting the Contractor access and clearance to all pertinent ARMS; intranet, internet, and computer services necessary to carry out his/her duties. The IHS shall provide the contractor with a room for the physician staffing the ED containing the usual and customary amenities. The contractor will be authorized to use all areas of the facility made available to them and should only utilize them for official business activities relating to job performance. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: 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. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the Project Officer at the Fort Belknap Service Unit, PHS Indian Health Center, P.O. Box 67, Harlem, Montana 59526. The Contractor agrees to include the following information on each invoice: (1) Contractors name, address; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service including the number of hours worked; and (6) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes have been paid 15 days after each quarter. 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 character and background investigations will be conducted by the Fort Belknap Service Unit. Until the character investigation has been completed and the Contracting Officer notified of the results, the Contractor must not have unsupervised contact with Indian children. 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. FEDERAL TORT COVERAGE: The Federal Tort Claims Act coverage for medical related claims is extended to the contract physicians providing services pursuant to this contract. However, the services performed must have been within the scope of the personal services contract. SAFETY: The contract physicians must comply with all 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 apply to the General Surgeon and Surgical Nurse and shall be used to evaluate offers: (1) Unrestricted State License (Offerors must submit current unrestricted State license) = 35 POINTS; (2) Resume or Curriculum Vitae (Offerors must submit copy of resume or curriculum vitae) = 35 POINTS; and (3) Past Performance Information. 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; and (8) Administrative Contracting Officer and telephone number, if applicable = 30 POINTS. Technical and past performance, when combined, are 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, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.245-1, 52.245-2, 52.249-12, 352.202-1, 352.215-1, 352.215-70, 352.223-70, 352.232-9, 352.270-2, 352.270-3, 352.270-4, 352.270-6, and 352.270-7. 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, 52.222-3, 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://www.arnet.gov and http://www.hhs.gov/ogam/oam/procurement/hhsar.html. 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 Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 2:00 p.m., on April 22, 2005. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your companys name and address. Offers will also be accepted by e-mail at RLangager@mail.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. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (04-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-05-034-REL/listing.html)
 
Record
SN00781740-F 20050406/050404213028 (fbodaily.com)
 
Source
FedBizOpps.gov 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.