Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2006 FBO #1738
SOLICITATION NOTICE

Q -- NEPHROLOGY SERVICES

Notice Date
8/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North PO Box 36600, Billings, MT, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-06-053-REL
 
Response Due
9/18/2006
 
Archive Date
10/3/2006
 
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) 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 fixed-price commercial item contract in response to Request for Quotation (RFQ) 10-06-053-REL. This solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. The associated North American Industry Classification System code is 621111 and the small business size standard is $9.0 million. PRICE SCHEDULE: Potential offerors shall propose an all inclusive rate for CONTRACT LINE ITEM NUMBER (CLIN) ONE: NEPHROLOGY SERVICES: BASE YEAR: 12 clinics per month @ $________ per MO = $__________; CLIN TWO: OPTION YEAR ONE: 12 clinics per month @ $________ per MO = $________; and CLIN THREE: OPTION YEAR TWO: 12 clinics per month @ $________ per MO = $__________. GRAND TOTAL: $____________. PURPOSE OF THE CONTRACT: The purpose of this acquisition is to contract for Nephrology Services for the Fort Peck Service Unit, PHS Indian Health Center on the Fort Peck Indian Reservation, Poplar, Montana. The Fort Peck Service Unit mainly serves two tribes, the Assiniboine and Sioux. The user population is approximately 8,500 members and the Service Unit is located in the northeast corner of Montana. There are two ambulatory health care centers, one located in Wolf Point (Chief Redstone) and one in Poplar (Verne E. Gibbs). The monthly specialty clinic will be a minimum of six hours in duration. 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: (1) The Contractor shall provide onsite nephrology (chronic kidney disease) services at the Verne E. Gibbs Health Center, Poplar, Montana. (2) Services will be provided one day a month for a period of twelve months. (3) The Contractor shall provide chronic kidney disease (CKD) specialty clinic services to patients referred by the medical staff of the Fort Peck Service Unit. (4) The Contractor shall be responsible for the submission of medical documentation and evaluations of the patients seen in the CKD outpatient clinic. (5) The Contractor shall prepare, in a timely fashion, the medical and other required records (i.e., patient billing forms and referral forms to other specialists or for other specific diagnostic procedures) for patients whom they provide treatment. (6) Nursing assistance will be provided by the Service Unit for the specialty clinic. (7) The Service Unit nursing department will coordinate the nephrology specialty clinic. (8) The Service Unit will not be responsible for the Tribal Health (Dialysis) Medical Directors fees, including services rendered in the dialysis unit. (9) The Contractor shall provide six hours of clinic time per scheduled CKD clinic. (10) Scheduling clinics will be predetermined by the Fort Peck Service Unit to ensure an efficient scheduling system. CREDENTIALS: (1) Provide verification of current, unrestricted State license, certification or registration, as applicable, to practice independently in professional field. (2) It is the responsibility of the contractor to maintain the appropriate medical licensure and privileges throughout the duration of the contract. (3) One letter of reference. (4) Curriculum Vitae. (5) The selected provider must obtain medical staff privileges at the Fort Peck Service Unit. (6) If the prospective contractor has already been credentialed at the Service Unit state this in proposal and the Fort Peck Service Unit will verify. 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. The Contractor shall comply with IHS facility infection control and safety procedures, practices, and standards. PERIOD OF PERFORMANCE: October 1, 2006, through September 30, 2007, with two 12-month options. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all necessary equipment and supplies. The Fort Peck 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. 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 all 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; and the Interconnection Security Agreement. 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 Peck Service Unit, PHS Indian Health Center, P.O. Box 67, Poplar, Montana 59255. 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. 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 childrens 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 Peck Service Unit. 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: (1) Professional Education = 15 POINTS (The contract physician must be a graduate of a professional school accredited by a nationally recognized body, appropriate for the members professional discipline and provide evidence of such certificate); (2) Post-Graduate Training = 15 POINTS (The offeror must provide information of additional specific or program pertinent training for the contract physician); (3) Required Speciality Training = 10 POINTS (Offeror must provide information relating to additional specific or program pertinent training in appropriate speciality); (4) Required Medical Practice Experience = 30 POINTS (Offeror must provide information relating to medical practice experience (at least four years including residency)); (5) Hospital Privileges or Ability to Obtain = 20 POINTS (Offeror must provide evidence of or have the capability to become privileged at the local hospital.); (6) Professional Licensure = 5 POINTS (Offeror must have a current, unrestricted State license, and must provide evidence of medical license); and (7) Suitability = 5 POINTS (Offeror must respond, in writing, to the following responsibility factors: (a) Professional liability claims and judgments made against the the provider; (b) Previous denial or revocation of medical staff membership at another facility; (c) Previous reduction, suspension, revocation, voluntary relinquishment, or non-renewal of privileges at another facility; (d) Problems with alcohol or drug abuse; (e) Previous loss, suspension, restriction, denial, or voluntary relinquishment of professional licensure or professional society membership; (f) Health Status; (g) Revocation or suspension as a Medicare or Medicaid provider; (h) Professional liability cancellation within the past five (5) years; and (i) More than five (5) percent ownership of any medical facility, joint ownership or medical service, or equipment with facility to which patients may be referred. 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, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-18, 52.237-2, 52.237-3, 52.237-7, 52.242-15, 52.242-17, 52.245-1, 52.245-2, 352.202-1, 352-215-1, 352.215-70, 352.223-70, 352.224-70, 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. CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST REGISTER WITH THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE. 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. 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. 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 September 18, 2006. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your 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
SN01127269-W 20060830/060828220314 (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.