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 -- CONTRACT DENTIST

Notice Date
10/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
621210 — Offices of Dentists
 
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-10-07-010-REL
 
Response Due
11/16/2006
 
Archive Date
12/1/2006
 
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)), and 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). 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, personal services, commercial item contract in response to Request for Quotation (RFQ) 10-07-010-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 621210 and the small business size standard is $6.5 million. PRICE SCHEDULE: Potential offerors shall propose an all inclusive daily rate for CONTRACT LINE ITEM NUMBER (CLIN) ONE: CONTRACT DENTIST: 150 DAYS @ $______________ per day = $______________. INTRODUCTION AND PURPOSE OF THE CONTRACT: This position is located at the PHS Indian Hospital, Blackfeet Service Unit, Browning, Montana. The purpose of the contract position is to acquire comprehensive care to pediatric, adolescent, adult and geriatric patients at the Blackfeet Service Unit, beneficiaries at the Browning Nursing Home, and schools located on the Blackfeet Indian Reservation. WORK SCHEDULE: The work schedule will be coordinated with the Chief Dental Officer. The 150 days will be scheduled intermittently from December 1, 2006 through September 30, 2007. The services will be performed during the week from 8:00 am to 4:30 pm. MAJOR DUTIES: (1) Makes clinical and radiographic examinations of the oral hard and soft tissues, and a diagnosis of pathological or irregular conditions. (2) Performs endodontic, periodontic, pedodontic, operative, and preventive orthodontic services. (3) Performs simple, compound and complex restorations. (4) Administers local anesthesia and/or nitrous oxide analgesia. (5) Studies results of examination and determines types of services required and develops an acceptable treatment plan. (6) Performs routine and complex tooth extractions and removal of residual root tips. (7) Removes localized foreign bodies from gingival tissues and alveolar sockets. (8) Performs root canal therapy. (9) Treats diseases of salivary glands and their ducts. (10) Performs dental care for patients with behavioral problems. (11) Informs the patient about good dental health practices. (12) The Contractor shall prepare and complete all medical and other required reporting documents as required by IHS procedural guidelines and policies. (13) 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 REQUIRED BY THE POSITION: (1) Must have a degree in dentistry from an accredited school of dentistry. (2) Must have a state license in dentistry. (3) Must have knowledge of dental diseases. (4) Knowledge of anesthetics and pharmaceuticals. (5) Knowledge of acceptable dental treatment plans. (6) Skill in fitting prosthetic work involving complex problems, e.g., lack of bone support, jaw irregularly formed substantial changes in oral formation. (7) Knowledge of all phases of routine and complex dental services. (8) Skill in handling patients with behavior problems. (9) Knowledge of supervisor's regulations and requirement. SUPERVISION: Works under the general supervision of the Clinical Director. Technical consultation is also provided by Area Dental Officer. The contractor primarily works independently and consults supervisor on complicated problems. Work is reviewed on the basis of program objectives and quality of services rendered. SUPERVISOR: Gary Pannabecker, DDS.; ALTERNATE SUPERVISOR: Phillip Driscoll, DDS. GUIDELINES: Professional journals, textbooks, DHEW, PHS, HRSA, and IHS directives, Area memorandums, and Service Unit procedures. Judgment is needed to interpret the appropriate guidelines. COMPLEXITY: The contractor handles complex dental problems, prostheses that require special fitting, root canal therapy, handling patients with behavioral problems and supervision of dental staff. The contractor deals in clinic situation where there is contact with a number of patients varying in age. SCOPE AND EFFECT: The work accomplished by the position affects the image of the Service Unit and the dental care patients receive. PERSONAL CONTACTS: Contacts are with patients, families, dentists, IHS staff, and persons of voluntary or non-voluntary organizations. PURPOSE OF CONTACTS: To inform patients about the status of their dental health and the dental treatment planned. To contact other dentists for referrals and to receive advice. To inform families about the patient and give directions for medications and proper dental health care. Contacts IHS staff for information about administration and/or personnel actions. Persons of voluntary or non-voluntary organizations to exchange information about the dental program. PHYSICAL DEMANDS: Spend long periods of time sitting with periods of intense concentration while providing services to patients. WORK ENVIRONMENT: Work is performed in a dental clinic and hospital setting and offsite locations on the Blackfeet Indian Reservation including public schools, private schools, Headstart and early start centers, and the Blackfeet Nursing Home. AGES OF PATIENTS TO WHOM SERVICES ARE PROVIDED: Care is provided to elders, adults, adolescents, and children, i.e., patients of all ages. FEDERAL TORT CLAIMS ACT COVERAGE: 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. 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. PERIOD OF PERFORMANCE: December 1, 2006, through September 30, 2007. GOVERNMENT FURNISHED PROPERTY: The Department will provide orientation to the Contractor as to their specific duties and responsibilities. The Department will provide the Contractor with 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 Blackfeet Service Unit, PHS Indian Hospital, P.O. Box 760, Browning, Montana 59417. 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 either quarterly or at the end of the contract term. 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 Blackfeet 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) 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. = 30 POINTS. 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. 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, 52.223-5, 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/oamp/dap/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 16, 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
SN01172871-W 20061101/061030220128 (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.