Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2006 FBO #1718
SOLICITATION NOTICE

Q -- OB/Gyn services at the Eagle Butte Service Unit

Notice Date
8/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, SD, 57401
 
ZIP Code
57401
 
Solicitation Number
RFQ-COM-06-14
 
Response Due
8/28/2006
 
Archive Date
9/12/2006
 
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) & 2305 & 41 U.S.C. 253(g) & 253a & 253b), FAR Part 12, FAR 37.104, FAR Subpart 37.6, Performance-Based Acquisition, & Acquisition of Commercial Items (Title VII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Aberdeen Area Indian Health Service (IHS) intends to award a firm fixed-price, performance based, commercial item contract in response to Request for Quotation (RFQ) RFQ-COM-06-14. The solicitation documents & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-11. PRICE SCHEDULE CONTRACT LINE ITEM NUMBER (CLIN) ONE: BASE PERIOD: $__ per day x 50 days = $__; OPTION ONE: $__ per day x 50 days = $__; OPTION TWO: $__ per day x 50 days = $__; OPTION THREE: $__ per day x 50 days = $__. PURPOSE: The purpose of this contract is to provide OB/Gyn services to women with particular expertise in pregnancy, child birth, & disorders of the reproductive system. These services shall be as comprehensive as the IHS supplied facility permits, while complying with JCAHO/CMS accreditation standards. The hospital requires contractor support in the placement of a board certified, credentialed OB/Gyn Physician, hereafter referred to as Contractor. IHS requires contractor services to continue without interruption during the resultant contract. SPECIFICATIONS & STANDARDS: The resulting contract shall be: 1. Be a non-personal service, which the contractor is independent, not considered & employee, & direct supervision is by the Clinical Director. 2. Allow the IHS to evaluate the quality of professional & administrative services provided, but retain no control over the medical, professional aspects of the services rendered. 3. Require the contractor to indemnify the Government for any liability producing act or omission by the Contractor during contract performance. 4. In accordance with FAR 52.237-7, require the contractor to maintain medical liability insurance for the contractor personnel, in the 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. Contractor shall notify the Contracting Officer of any change in insurance relating to this contract during the contract life. The notification shall provide evidence that they meet all the requirements of this clause. 5. Any subcontracts relating to this contract shall contain the requirements of FAR 52.237-7 clause. 6. The services provided by the contractor shall include but not be limited to outpatient care & procedures & inpatient/ER/UCC consultation. 7. The contractor shall provide patients with a full explanation of diagnosis, procedures & treatments. 8. The contractor shall cover the salary for any ancillary staff brought to the hospital. Ancillary staff must have licensure/certification & competencies on file with the Contracting Officer. PROGRAM MANAGEMENT, APPLICABLE STANDARDS & CONTROL REQUIREMENTS: 1. Applicable websites: JCAHO: www.jcaho.org; CMS: www.cms.hhs.gov/; HIPAA: www.hhs.gov/ocr/hipaa/ 2. The standards of medical practice & duties of the contractor shall be determined pursuant to the bylaws of the Hospital, the regulators of the hospital, applicable provisions of law, other rules & regulations of any & all governmental authorities relating to licensure & regulations of physicians & hospitals, & the standards & recommendations of the JCAHO/CMS (i.e. application for Medicare provider number & reassignment of benefits). 3. Upon the completion of the IHS Health Insurance Portability & Accountability Act (HIPAA) compliance plan, contractor shall comply with the HIPAA compliance plan mandates particularly the requirements that relate to the protection of patient information. 4. The contractor shall have a Unique Physician Identification Number (UPIN) in accordance with Section 1861(r) of the Social Security Act of 1985. All IHS & contract providers are required to indicate on Medicare Part B claim forms the UPIN?s for the ordering or referring physicians. The contractor shall complete an ?Authorization to Furnish Information & Assignment of Benefits? document to assign third party benefits to the Hospital as all resulting from this contract will revert to the hospital. 9. The hospital shall provide an ongoing method of monitoring & evaluation of the quality & appropriateness of patient care, (i.e. peer reviews, chart reviews, etc.) as directed by the Clinical Director, to identifying deficiencies before the level of performance becomes unacceptable. 5. The work shifts may be established at the time of the contract award & may be adjusted when mutually agreed upon. 6. Prior to assumption of duty on any scheduled work shift, the contractor may be briefed by the hospital Project Officer concerning any matter relevant to the contractors assumption & discharge of responsibilities under the terms of the contract. The contractor shall advise the Project Officer or designated representative of any patient care problems encountered, or which may be encountered, including conditions of any emergency for which the contractor may reasonably be expected to attend during the work shift. 7. The contractor shall legibly complete a Patient Care Component (PCC) document & charge ticket for each patient seen during the clinic day prior to departing the hospital. A sign-in-sign-out log shall be maintained in the specialty clinic office. All contractor staff shall sign-in upon arrival at the hospital & sign-out upon departure. These are reviewed prior to payment of invoices to ensure hours requested are actual hours worked. Failure of contractor personnel to adhere to this requirement may have adverse effects on the processing of invoices & delay payments or may be considered a breech of the contract & considered as grounds for default. QUALIFICATIONS/CREDENTIALING: The contractor shall be board certified, or board eligible by the American College of Obstetrics & Gynecology. All required certifications in this performance work statement (PWS) must remain current during the life of the contract. Contractor providing services to patients of the Hospital must hold a current, unrestricted state medical license from any of the 50 United States, the District of Columbia, or the Commonwealth of Puerto Rico. The contractor shall have a minimum of three years of meaningful patient contact & responsibility. Current Basic Life Support (BLS) & Advanced Cardiac Life Support (ACLS) certification is required for all contracted providers. The contractor shall speak, understand, read, & write English fluently & communicate with sufficient clarity to be understood by Hospital personnel & patients. The contractor shall possess sufficient initiative, interpersonal relationship skills, & social sensitivity such that they can relate constructively to patients from the Native American community. The Contractor shall comply with AAIHS Circular No. 95-01 (Dated 5/25/1995) on Medical Staff Credentialing (same as permanent IHS providers) & submit required documents to the Medical Staff Credentials Coordinator upon contract award & be granted clinical privileges, in accordance with AAIHS credentialing policy, prior to providing services. The Governing Body won?t grant privileges until credentials have been verified; No exceptions. Any contractor failing to comply with IHS privileging requirements or maintain medical staff appointment, clinical privileges, will be considered nonperformance & not be permitted to perform services under the contract & shall be promptly replaced. The contractor shall not have any work or health restrictions which interfere with the performance of OB/GYN services. The contractor shall maintain standards of personal hygiene & grooming compatible with the expectations of the Hospital clinical staff & the Indian community. DISCUSSION OF PERFORMANCE BASED OBJECTIVES: The PWS focuses on outcomes. In order to fulfill the requirements, the Contractor shall design innovative processes & systems that can deliver the required services in a manner that will best meet IHS performance objectives. Contractor will make every effort to immediately correct problems or ensure customer satisfaction. If the problem is systemic, the Contractor will submit a plan of corrective action to the Project Officer & Contracting Officer. PERFORMANCE OBJECTIVES: The contractor shall provide a high standard of clinical practice & expertise to provide efficient & effective general medical services to the native community served by the Hospital. Contractor responsibilities shall include: 1. Perform in accordance with IHS policies & procedures & the regulations of the medical staff-by-laws of the Hospital. 2. Providing services on site one day per week, 50 weeks per year. A clinic day is 6 to 8 hour day between 9 am & 4 pm, with 1 hour lunch, excluding federal holidays, with the hours to be agreed upon by the contractor & Clinical Director. The Contractor may leave before 4 pm with approval of the Project Officer, providing all scheduled patient care is completed. 3. The contractor shall have knowledge typical of this service & setting. 4. Interviewing patients to obtain complete medical histories of physical development; illnesses, injuries & treatments; obtains medical records form outside health care providers; determines, orders; performs diagnostic tests required by hospital policy or patient need; assist with general medial services. 5. Generate & maintain proper medical record information in accordance with IHS regulations that meet or exceeds IHS established standards (timelines, legibility, accuracy, content, & signature). All medical record information generated will remain the property & control of the IHS. 6. The contractor shall follow IHS procedures when prescribing drugs. The authorized contractor shall be familiar & guided by the IHS formulary & prescribe according to the availability of drugs listed in the IHS formulary. IHS pharmacy will provide contractor instruction as to substitutions of generic drugs. The hospital pharmacy & therapeutics committee must approve drugs not on the formulary. 7. The contractor shall be involved in health promotion & disease prevention activities by advising patients about the advantages of healthy lifestyles & specific measures that may prevent recurrences of ill health. 8. The contractor shall demonstrate evidence of self-education activities that contribute positively toward the quality of service provided & achievement of contract obligations. 9. As appropriate, the contractor shall participate in hospital quality assurance & peer review activities. At least twice per year, provide in-services to Medical Staff that are medically relevant to the specialty. 10. The contractor shall treat patients with respect & show consideration for their personal privacy, maintenance of dignity & independence, social & cultural needs, & religious values & beliefs. The contractor shall maintain a partnership with patients & practice in the context of family & community. 11. Treatment of IHS patients shall be performed at the IHS facilities except in certain instances when patients are referred to private facilities for performance of special diagnostic procedures or definitive care not offered in the hospital. These referrals shall follow AAIHS CHS regulations & policies on patient referrals. DELIVERABLES/DELIVERY SCHEDULE: The contractor shall complete, prior to departure, a PCC document & charge tickets for each patient seen during the clinic day. The contractor shall submit, may be by email, a workload report to the Project Officer within ten working days after the site visit. The report may accompany the invoice & shall include for the reporting period: 1. Description of contract activities accomplished with the number of patients seen. 2. Any problems that have arisen or remain unresolved since the last report & discuss the means to be taken to resolve pending problems. 3. Number of contractor staff present & hours spent on direct patient care per clinic day. 4. Any recommendations & implementation plans. PERIOD OF PERFORMANCE: Date of Award for 12 months, with three 12-month options. GOVERNMENT FURNISHED PROPERTY: The hospital shall provide same office/equipment/access as would be available to civil service or commissioned personnel in similar services. The contractor will be authorized to use all administrative & ancillary support available to IHS personnel. The same restrictions apply to the contractor as any other IHS personnel to use these areas & items for official IHS business only. Hospital personnel shall provide the contract physician with the initial & continuing orientation to the IHS & the Native American community & necessity of forms. Orientation items shall include the CHS referral polices, privacy act & HIPAA regulations, EMTALA, & other IHS regulation & policies. Hospital shall provide all required Government forms. The hospital shall assume the responsibility of patient care coordination. Also, will assist patients & their families in managing the daily needs of the patent living with chronic health problems. CONTRACTOR FURNISHED PROPERTY: The contractor shall provide appropriate white physician coat & personal physician items such as stethoscopes, pen lights, etc to its personnel. COMPUTER SECURITY: All Federal agencies are required by the Federal Information Security Management Act of 2002 to complete a course in Computer Security Awareness Training. Within HHS, there is a requirement for this training to be completed annually by all employees including all contractors, volunteers, students, summer externs, etc. 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 Federal funded children?s services are provided. CHILD CARE NATIONAL AGENCY CHECK WITH WRITTEN INQUIRES & INVESTIGATION (CNACI): A CNACI must be completed for IHS contractor personnel in contact with Indian children within the Aberdeen Area. Public Law (PL) 101-630, Indian Child Protection & Family Violence Prevention Act & PL 101-647, Crime Control Act of 1990, require the IHS to conduct a character & criminal history background investigation on all contractors performing services in IHS facilities. The investigation will be initiated by the Hospital. 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 & assessment of performance & recommending technical changes: (2) Interpreting the PWS; (3) Technical evaluation as required; (4) Technical inspections & acceptance; & (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION & PAYMENT: The Contractor shall submit its invoice to the Project Officer at the Hospital & then to Contracting Officer, Aberdeen Area Indian Health Service, 115 4th Ave SE, Room 309 Federal Building, Aberdeen, South Dakota 57401. The Contractor agrees to include the following information on each invoice: (1) Contractors named, address; (2) Contract Number; (3) Invoice number & date; (4) Cost or price; (5) Dates of Service including number of hours worked; & (6) Remit to address. Payment shall be made by the Aberdeen Area Financial Management Branch, 115 4th Ave SE, Room 309 Federal Building, Aberdeen, South Dakota 57401. 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 & language differences. The Privacy Act of 1974 mandates that the Contractor maintain complete confidentiality of all administrative, medical & personnel records, & all other pertinent information that comes to his/her attention or knowledge. The Privacy Act carries both civil & criminal penalties for unlawful disclosure of records. Violation of such confidentiality shall be cause for adverse action. The IHS shall provide training on the Freedom of Information Act & the Privacy Act. All IHS regulations & policies applicable to these Acts shall be enforced. The Contractor shall comply with IHS facility infection control & safety procedures, practices, & standards PROVISIONS & CLAUSES: The following provisions & clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; & 52.212-3 Offeror Representations & Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to the acquisition & is provided in full test. 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 & other factors considered. Technical Proposal - The following factors shall be used to evaluate offers: (1) Methodology & Approach = 25 POINTS: (i) Those just offering a statement to conduct/provide in accordance with the PWS, will not be eligible for award. Provide a statement of the problem, scope, & purpose of the project in the offeror?s own words to demonstrate a complete understanding of the intent of the PWS. (ii) Must indicate how PWS is to be accomplished. Use as much detail as you consider necessary to fully explain your proposed technical approach or method & reflect a clear understanding of the nature of the work being undertaken. Particular attention should be directed toward scheduling of items, manpower, & problems to be overcome. (2) Experience with Native American Health Issues = 25 POINTS: Describe your capability, both financially & historically, to provide the services requested. Must demonstrate the ability & experience in dealing with Native American health issues either directly or indirectly. The understanding of the prevailing incidents of disease and/or trauma factors inherent with reservation domicile may be considered. The Offeror shall indicate the number of contracts that are in effect as of this calendar year & show that any new contracts will not place the offeror?s capability to provide services on any contract in jeopardy. (3) Administrative & Management Data & Key Personnel = 25 POINTS: At a minimum, include Capability to meet delivery/performance schedules; Record of corporate experience; Possession of necessary organization, experience & technical skills to perform the work or ability to obtain them. Also include a list of professional personnel & key employees to be utilized. Include resumes of those providing services under the contract as well as education & training requirements of prospective employees. Specify the level of staff & the extent to which each will participate in contract performance. (4) Past Performance = 25 POINTS: Include a listing of other OB/Gyn contracts & subcontracts for the same or similar services. The contracts must contain the same type of requirements outlined in the PWS. Include Name of contracting activity; Contract number & type; Total contract value; Description of work; Contracting Officer & Program Manager telephone number; Administrative contracting officer (if applicable); & List of major subcontractors. Demonstrate successful performance in past contracts & subcontracts. Each offeror will be evaluated on its performance under existing & prior contracts for similar services. The offeror shall include: Identify the 1 contract you consider most successful & reasoning for this; Evidence of timely & acceptable contract performance on similar OB/Gyn projects; Evidence indicating customer satisfaction for similar services outlined above; & Evident of concern for cost control & budgetary considerations. (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 & Health & Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-7, 52.204-9, 52.212-4, 52.212-5 with Alternate I, 52.217-8, 52.21709, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-18, 52.233-4, 52.237-2, 52.237-3, 52.239-1, 52.242-15, 52.242-17, 52.243-1, 52.245-1, 52.245-1, 52.249-2, 52.249-8, 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, & 352.270-7. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.204-6 with Alternate I, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, & 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR & HHSAR provisions & clauses. The provisions & clauses may also be accessed electronically at http://acquisition.gov/far/index.html & http://www.hhs.gov/oamp/dap/hhsar.html. CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST REGISTER WITH THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE VIA THE INTERNET AT HTTP://WWW.CCR.GOV OR BY CALLING (888) 227-2423. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall 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. Performance Based matrix can be obtained by contacting the contract specialist identified in the synopsis/solicitation. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Aberdeen Area Indian Health Service, 115 4th Ave SE, Room 309, Federal Building, Aberdeen, South Dakota 57401, no later than 3:00 p.m. on August 28, 2006. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, & your name & address. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms & 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.
 
Place of Performance
Address: PO Box 1012, Eagle Butte, South Dakota
Zip Code: 57625
Country: UNITED STATES
 
Record
SN01108768-W 20060810/060808220409 (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.