Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2006 FBO #1801
SOLICITATION NOTICE

Q -- AUDIOLOGIST

Notice Date
10/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
621340 — Offices of Physical, Occupational and Speech Therapists, and Audiologists
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North PO Box 36600, Billings, MT, 59107, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ-10-07-004-REL
 
Response Due
11/15/2006
 
Archive Date
11/30/2006
 
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 37.4, Nonpersonal Health Care Services Contract (10 U.S.C. 2304 and 41 U.S.C. 253), and FAR 37.6, Performance-Based Acquisition. 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, nonpersonal health care services contract in response to Request for Quotation (RFQ) 10-07-004-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 2005-13. The associated North American Industry Classification System code is 621340 and the small business size standard is $6.5 million. PRICE SCHEDULE FOR CONTRACT AUDIOLOGIST: Potential offerors shall propose an all inclusive daily rate. SCHEDULE A - BASE YEAR: 18 DAYS @ $______________ per day = $______________; SCHEDULE B - OPTION YEAR ONE: 18 DAYS @ $______________ per day = $______________; SCHEDULE C - OPTION YEAR TWO: 18 DAYS @ $______________ per day = $______________; SCHEDULE D - OPTION YEAR THREE: 18 DAYS @ $______________ per day = $______________; SCHEDULE E - OPTION YEAR FOUR: 18 DAYS @ $______________ per day = $______________; GRAND TOTAL: $______________. INTRODUCTION AND PURPOSE OF THE CONTRACT: The services are to be provided at the Fort Belknap Service Unit, PHS Indian Health Center, Harlem, Montana. The purpose of the contract is to acquire direct diagnostic and rehabilitative audiologic services. The 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. WORK SCHEDULE: The work schedule will be coordinated with the Project Officer. The services will be performed 1.5 days a month for a total of 18 days per year. MAJOR DUTIES: (1) The Contractor will provide direct diagnostic and rehabilitative audiologic services to the Fort Belknap Service Unit 1.5 days per month as negotiated by the Service Unit and coordinated by the ENT Nurse Practitioner from the Blackfeet Service Unit for the most convenient times and dates each month. (2) The Contractor will provide audiologic screenings; audiologic evaluations; hearing aid evaluations; fittings and follow ups; aural rehabilitation; consultations and newborn hearing screenings. (3) The Contractor is responsible for the selection, provision and interpretation of comprehensive audiologic evaluations to include the following: Air and bone conduction testing; speech reception and discrimination testing; immittance testing; Otoacoustic Emissions testing; and other site-of-lesion testing. (4) The Contractor is responsible for providing comprehensive audiologic rehabilitation services to include: Hearing aid evaluations; Hearing aid orientations; Aural rehabilitation; Counseling both the hearing impaired person, his/her family and other pertinent persons to help alleviate the effects of the hearing impairment. (5) The Contractor is responsible for maintaining inventory and accessories needed to provide a fully functioning hearing aid practice. (6) The Contractor will provide the necessary paperwork required to the Area Audiology Department for hearing aid repairs and ordering new hearing aids and ear molds, hearing aid supplies, audiology supplies, complete vouchers for new hearing aids, and "Hearing Aid File" on each hearing aid dispensed. (7) The Contractor will properly record audiology services in the patients medical record or Electronic Health Record (EHR) to assess audiology needs and provide the required audiology care. (8) The Contractor will prepare the patient for otologic examinations, audiologic testing and treatment. (9) The Contractor will maintain inventory and calibration of audiologic equipment. (10) The Contractor will provide audiologic services for specialty clinics such as Ear-Nose-Throat and Facial Anomalies clinics, and provide all necessary pre and post operative evaluations on all otologic surgical patients. (11) The Contractor will establish hearing conservation programs, in service training to nurses, physicians, and other appropriate staff, and serve as a consultant to the Head Start Program, all when necessary. (12) The Contractor will act as an intermediary between the patient, Service Unit personnel, Tribal personnel, Area Audiology Department personnel, state and federal agencies. (13) The Contractor will maintain a current State license, as required, by continuing educational activities. (14) The Contractor shall provide the Area Audiology Department an invoice after delivery of services every month. (15) The Contractor shall participate and provide quarterly chart reviews as randomly selected by the Service Unit to evaluate audiology services. The evaluation should be given to the Project Officer by the end of each quarter. (16) The Contractor shall attend the Annual Billings Area Audiology and ENT meeting in March. (17) The Contractor is responsible for providing their own laptop computer and HiPro Box for fitting hearing aids with the most recent software installed. PERIOD OF PERFORMANCE: December 1, 2006, through September 30, 2007. GOVERNMENT FURNISHED PROPERTY: The following will be provided by the Government: Specialized audiology equipment and supplies needed to perform and deliver audiology and hearing aid services at the Fort Belknap Service Unit. The Department will provide orientation to the Contractor as to their specific duties and responsibilities. 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. PERFORMANCE-BASED SERVICE DELIVERY SUMMARY: The contract Audiologist's performance will be measured based on the following Performance Requirements: (1) Quality of Performance; (2) Documentation of Medical Records or EHR; (3) Customer Service; and (4) Adherence to Contract Schedules. The Performance Requirements will be measured against the following Government Performance Standards: (1) Provide direct diagnostic and rehabilitative audiologic services as specified in the Performance Work Statement; (2) Appropriately completes and reviews medical records to assess audiology needs and provide the required audiology care; and (3) Reasonable, cooperative, and a commitment to customer satisfaction; and (4) Scheduling of Audiology and Hearing Aid Clinic. The Method of Government Surveillance to determine compliance with the Performance Requirements are as follows: (1) Peer Reviews - 10 randomly selected medical record PCC's sent to the project officer or his/her designee by the 10th of each quarter and reviewed by the 20th; (2) Peer Reviews - 10 randomly selected medical record PCC's sent to the project officer or his/her designee by the 10th of each quarter and reviewed by the 20th; (3) Validated call-in patient complaints; and (4) Misses 3 scheduled clinics per contract year. Deduction Schedule: A 5% deduction shall be assigned to each Performance Requirement. Deductions shall be assessed as follows: (1) 5% deduction from quarterly invoices if 10 PCC's are not sent for review and has 25% or more inadequate marks; (2) 5% deduction from quarterly invoices if 10 PCC's are not sent for review and has 25% or more inadequate marks; (3) 5% deduction of 5 or more patient complaints; and (4) 5% deducted from the following months invoice. 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 Communication Disorders Program Support Assistant at the Billings Area Office, P.O. Box 36600, Billings, Montana 59107. The Contractor agrees to include the following information on each invoice: (1) Contractors name and address; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service; and (6) Remit to address. The Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107, shall make payment. 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; and complete an Interconnection Security Agreement subsequent to contract award. 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. 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 for award purposes: (1) Professional Education (The proposal must include a copy of a diploma from an accredited University) = 10 POINTS; (2) Audiology Experience (The proposal must include a resume of experience and a narrative reflecting information in sufficient detail of possessing necessary experience and technical skills to perform the scope of work)= 20 POINTS; (3) Hospital Affiliations (The proposal must include hospital affiliations in the resume) = 5 POINTS; (4) Professional Certification and Licensure (The proposal must include a copy of all professional certifications and licenses) = 20 POINTS; (5) Professional Affiliations (The proposal must include professional affiliations in the resume) = 5 POINTS; (6) Past Performance Information (The proposal must include two reference letters reflecting knowledge of the person directly involved under the contract including their work ethic, technical skills, and ability to provide positive customer service. The proposal must include a copy of two Quality Assurance reviews or peer reviews in the past two years.) = 20 POINTS; and (7) Suitability (Identify those items that apply to you/your Company and include an explanation) (i) Professional liability claims and judgments made against the offeror; (ii) Previous denial or revocation of medical staff membership at another facility; (iii) Previous reduction, suspension, revocation, voluntary relinquishment, or non-renewal of privileges at another facility; (iv) Problems with alcohol or drug abuse; (v) Previous loss, suspension, restriction, denial, or voluntary relinquishment of professional licensure or professional society membership; (vi) Problems with health; (vii) Revocation or suspension as a Medicare or Medicaid provider; (viii) Professional liability cancellation within the past five (5) years; (ix) DEA licensing investigations or actions; (x) More than five (5) percent ownership of any medical facility, joint ownership or medical service, or equipment with a facility to which patients may be referred. = 20 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, 52.204-9, 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, 352.215-70, 352.223-70, 352.232-9, 352.270-2, 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 15, 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 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
SN01172868-W 20061101/061030220125 (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.