SOLICITATION NOTICE
Q -- MEDICAL TECHNOLOGIST
- Notice Date
- 11/5/2005
- Notice Type
- Solicitation Notice
- NAICS
- 621511
— Medical Laboratories
- 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-10-06-008-REL
- Response Due
- 11/21/2005
- Archive Date
- 12/6/2005
- 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 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) intends to award a fixed-price commercial item, performance-based contract in response to Request for Quotation (RFQ) 10-06-008-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 2005-06. The associated North American Industry Classification System code is 621512 and the small business size standard is $11.5 million. PRICE SCHEDULE: Contract Line Item Number (CLIN) One: 1200 Regular Hours @ $__________ per hour = $__________; CLIN 2: 800 Standby Hours @ $__________ per hour = $__________; CLIN 3: 210 Call Back Hours @ $__________ per hour = $__________; CLIN 4: 120 Overtime Hours @ $__________ per hour = $__________. TOTAL: $__________. Hours per week may vary between 8 hours - 40 hours per week, and will be determined each month by the Laboratory Supervisor. STATEMENT OF WORK: The purpose of this acquisition is to contract for a Medical Technologist or Medical Laboratory Technician to provide as needed, regular hours, standby, call back, weekend and holiday coverage at the Fort Belknap Service Unit, PHS Indian Health Center on the Fort Belknap Indian Reservation, Harlem, Montana. Regular hours would be a day shift and possibly one late shift per week; Regular shift may be assigned at the Fort Belknap Health Center or the Eagle Child Health Clinic both on the Fort Belknap Indian Reservation. Weekend coverage is a shared duty and will be rotated from 5:00 p.m. on Friday through 7:00 a.m., on Monday, between December 1, 2005, and September 30, 2006. The work schedule will be finalized and provided to the Contractor by the Laboratory Supervisor after award of the contract. Major Duties: Request Evaluation: Evaluates requested procedure; Determines the suitability of specimens for analysis; Requests new specimens, if needed; Prepares specimens for analysis; Selects the correct procedure which is appropriate for the request for service. Non-Routine and Specialized Tests: Performs non-routine and specialized test procedures, using manual and/or automated instrumental techniques in accordance with established protocols, using professional knowledge of medical technology principles, concepts, and methodology; knowledge and skill sufficient to use and maintain complicated instruments; knowledge of technical, physiologic, and mechanical indicators of malfunction; knowledge of related disciplines to integrate and correlate test results with other laboratory data; and knowledge of medical, legal and accrediting/regulatory agency requirements. Recognizes and reacts to indicators of malfunction; Locates and implements corrections; Obtains and converts analytical data to prescribed units for reporting; Correlates data to verify results; Writes laboratory reports and reports results to appropriate individuals; Equipment Maintenance: Calibrates, standardizes, adjusts, and maintains instruments, using knowledge and skill sufficient to use and maintain complicated instruments; knowledge of technical, physiologic, and mechanical indicators of malfunction; and knowledge of related disciplines to integrate and correlate test results with other laboratory data. Adjusts and maintains instruments; Verifies instrument operations using established procedures and quality control checks; Identifies the cause of problem and makes simple repairs; Locates and corrects errors; Conducts quality control procedures on equipment; Maintains proper records for reports. Quality Control Procedures: Conducts quality control procedures on equipment, reagents, and products, using professional knowledge of medical technology principles, concepts, etc.; knowledge and skill sufficient to use and maintain complicated instruments; knowledge of technical, physiologic, and mechanical indicators of malfunction; knowledge of mathematical and statistical processes; knowledge of related disciplines; and knowledge of medical-legal and accrediting/regulatory agency requirements. Tests and develops quality control methods; calculates the mean, standard deviation, and coefficient of variation; Determines statistical significance between old and new procedures. Training: Participates in in-service training, using professional knowledge of medical technology principles, concepts, and methodology; knowledge of mathematical and statistical processes; knowledge and skill sufficient to use and maintain complicated instruments; knowledge of technical, physiologic, and mechanical indicators of malfunction; knowledge of related disciplines to integrate and correlate test results with other laboratory data; knowledge and skill to provide training; and knowledge of medical-legal and accrediting/regulatory agency requirements. Assists in planning, presenting, and evaluating a course in basic hematology, chemistry urinalysis, and microbiology; Ensures skills of laboratory personnel are kept current; orients new students, technicians, residents and providers to functions of the laboratory; Explains test procedures; Supplements prescribed course content and instructional materials, as needed; Determines competence of students through assessment. The Contractor shall work weekends on a regularly assigned or rotational basis to provide continuity of services. Provides tutorial experience to other technologists new to the field of Medical Technology or simply to provide another point of view to accomplish the duties required of a medical technologist in a tactful, professional manner. Performs many other duties as assigned by the laboratory supervisor. The Contractor must meet Critical Access hospital accreditation, COLA and CLIA laboratory standards. The Federal Tort Claims Act coverage for medical related claims is extended to the individual providing services pursuant to this contract. However, the services must be within the scope of the personal services contract. The Contractor shall prepare and complete all medical and other required reporting documents as required by IHS procedural guidelines and policies. The Contractor shall comply with all IHS facility infection control and safety procedures, practices and standards. The Contractor must maintain and demonstrate knowledge of and adhere to hospital and departmental safety regulations. The Contractor shall comply with the following requirements: infection control, hazardous materials, safety, security, emergency preparedness, life safety, medical equipment and utilities in accordance with established management plans. KNOWLEDGE AND EXPERIENCE REQUIRED: Knowledge of routine and diagnostic examinations and procedures for patient diagnosis including knowledge of anatomy and physiology pertaining to the field of medical technology. Must have knowledge of laboratory protection standards, devices and techniques mandated by OSHA. Must have knowledge of hospital wide precautions for handling infectious patients and/or blood and body fluids, disposal of sharp and infectious or contaminated materials. Must have knowledge of sterile procedures to perform examinations requiring sterile techniques to prevent nosocomial infections. Proper clean up procedures to eliminate contaminated areas of fixed equipment to prevent the spread of infectious disease. SUPERVISION: The Contractor is subject to the supervision and direction of the Laboratory Department Supervisor or her designee. The services will be monitored, as necessary, for conformance to policies, regulations, and timeliness. PERFORMANCE-BASED SERVICE DELIVERY SUMMARY: The contract MT or MLTs 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 MT or MLT Services as specified in the Performance Work Statement; (2) Must be available for shift coverage; (3) Complete medical records in accordance with Critical Access hospital accreditation, COLA and CLIA laboratory standards 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 his/her designee; (3) Random Sampling by the project officer or his/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: December 1, 2005, through September 30, 2006. QUALIFICATIONS: Must have 5 years or more experience with registry of: (1) American Society of Clinical Pathologist (ASCP)/and or AMT; and (2) CPR QUALIFIED/may renew CPR at this location. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all medical equipment and supplies. The Contractor will be authorized to use all areas of the facility made available to him/her. The Contractor must request clearance in order to access restricted areas of the facility, authorization must be granted and is to be used only for official business activities relating to job performance. The Contractor will be allowed to utilize copy machines, facsimile machines, libraries and telephone services and should only be utilized for official business activities relating to job performance. The Department will provide orientation to the Contractor as to their specific duties and responsibilities. The Department will provide the Contractor with standard and specialized equipment and supplies needed for the performance and delivery of services including the use of a computer. The Department is responsible for getting the Contractor access and clearances to all pertinent ARMS; intranet; internet and computer services necessary to carry out his/her duties. The Department must provide the Contractor with direction and proper workloads, which are appropriate with the normal day-to-day operations in the Department. 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, RR 1, 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. The Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107, shall make payment. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes has been made 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 Administrative Officer at the Fort Belknap Service Unit will conduct the character and background investigations. 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. 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 and are included in the relative order of importance: (1) Certified by American Society of Clinical Pathologists (ASCP) and/or certified by AMT ? 30 POINTS; (2) Resume or Curriculum Vitae ? 30 POINTS; (3) Past Performance Information. The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial in Laboratory Medical Technology. 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; and (4) Two Letters of Reference ? 10 POINTS. Technical and past performance, when combined, are significantly more important than 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, 52.223-5, 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, 352.223-70, 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, 52.222-39, 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 November 21, 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 60 days from the date of receipt by the Government.
- Record
- SN00927521-W 20051107/051105211537 (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 |