SOLICITATION NOTICE
Q -- This requirement is for (1) FTE Teledermatology Medical Technician for Southeast Regional Medical Command, Ft Gordon, Ga
- Notice Date
- 1/26/2007
- Notice Type
- Solicitation Notice
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
- ZIP Code
- 30905-5650
- Solicitation Number
- W91YTV-07-R-0008
- Response Due
- 2/9/2007
- Archive Date
- 4/10/2007
- Small Business Set-Aside
- 8a Competitive
- Description
- This is combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals a re being requested and a written solicitation will not be issued. The solicitation number is W91YTV-07-R-0008. This acquisition is issued as a Request for Proposal (RFP). All RFP must be inclusive of a compensation plan. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14. The North American Industry Classification System Code (NAICS) code is 621111 at $9.0 M size standard. This requirement is Small Business 8(a) compe titive. The Dwight D. Eisenhower Army Medical Center, Fort Gordon, Georgia, has a requirement for the following Medical Technician, Teledermatology (Base plus four (4) Option Years; 2007 - 2011: CLIN 0001: Medical Technologist, Dermatology - 1,444 Hour s Unit Price $________ Total $__________; CLIN 0001AA: Uncompensated Overtime 100 Hours, Unit Price $________ Total $__________; CLIN 0001AB: Travel and Temporary Duty, Unit Price $________ Total $__________ ; Total Price for all CLINs $______ _____. CLIN 1001: Medical Technologist, Dermatology - 1,925 Hours Unit Price $________ Total $__________; CLIN 1001AA: Uncompensated Overtime 100 Hours, Unit Price $________ Total $__________; CLIN 1001AB: Travel and Temporary Duty , Unit Price $ ________ Total $__________ ; Total Price for all CLINs $___________. CLIN 2001: Medical Technologist, Dermatology - 1,925 Hours, Unit Price $________ Total $__________; CLIN 2001AA: Uncompensated Overtime 100 Hours, Unit Price $________ Total $ __________; CLIN 2001AB: Travel and Temporary Duty, Unit Price $________ Total $__________ ; Total Price for all CLINs $___________. CLIN 3001: Medical Technologist, Dermatology - 1,925 Hours Unit Price $________ Total $__________; CLIN 3001AA: Uncompensated Overtime 100 Hours, Unit Price $________ Total $__________; CLIN 3001AB: Travel and Temporary Duty, Unit Price $________ Total $__________ ; Total Price for all CLINs $___________. CLIN 4001: Medical Technologist, Dermatology - 1,925 Hours Unit Price $________ Total $__________; CLIN 4001AA: Uncompensated Overtime 100 Hours, Unit Price $________ Total $__________; CLIN 4001AB: Travel and Temporary Duty, Unit Price $________ Total $__________ ; Total Price for all CLIN s $___________. PLEASE INCLUDE COMPENSATION PLAN WITH ALL PROPOSALS. The service will be performed at DDEAMC, Ft Gordon, GA, 30905 within 30 days after receipt of award/order. The Government reserves the right to cancel this solicitation, either before or after the closing date. INSPECTION AND ACCEPTANCE TERMS: Services will be inspected by Quality Assurance personnel and accepted at the job site. DESCRIPTION/SOW: GENERAL INFORMATION. STATEMENT OF WORK FOR MEDICAL TECHNICIAN, TELEDERMATOLOGY DWIGHT D . EISENHOWER ARMY MEDICAL CENTER, FT GORDON, GEORGIA. 1. GENERAL. 1.1. Description of Work. The contractor shall provide support to satisfy the overall operational objectives of Southeast Regional Medical Command (SERMC) Teledermatology Program in coor dination with the Great Plains Regional Medical Command (GPRMC)Teledermatology Program. This is a pilot program and the primary objective is to provide contractor services and deliverables through performance of Teledermatology Consult Visit Support at Mo ncrief Army Community Hospital at Fort Jackson, SC on behalf of SERMC Clinical Operations and other SERMC Medical Treatment Facilities as required. Performance shall be according to the requirements contained in this contract and professional standards of the Joint Commission on Accreditation of Healthcare Organization (JCAHO), state and federal laws, Department of the Army and U S Army Medical Command rules and regulations. 1.1.1. PERFORMANCE MEASURES: (Attachment) 1.1.2. Provides service to conduct and manage teledermatology consult visits and support. 1.1.3. Follows the teledermatology consult process by performing teledermatology duties within the teled ermatology clinic independently with minimal assistance from Project Officer or local staff. 1.1.4. Interacts with patients both in-person and on the telephone and serves as an advocate for them with referring clinical staff, and provides information on t he teledermatology consult process. 1.1.5. Manages incoming telephone calls in a professional, courteous, and helpful manner, and appointments are scheduled with proper information. Acceptable quality level: No more than two substantiated complaints brou ght to Project Officers attention regarding messages, telephone courtesy, telephone coverage, or schedules in a month. 1.1.6. Coordinates with various departments, clinicians, and patients to ensure a smooth flow of teledermatology consults. 1.1.7. Ef ficiently uses the teledermatology consult application to collect a patients medical history using a template and enters the information into the teledermatology application 100% of the time using CHCS system. 1.1.8. Adheres to legal, professional, and et hical codes with respect to patient confidentiality and privacy. 1.1.9. Takes quality dermatological photographs of teledermatology patients using a digital camera and inserts 100% of them into the teledermatology consult management system. Acceptable q uality level: No more than two poor quality photographs resulting in a rejected consult per month. 1.1.10. Organizes, files, and faxes patient consults. Provide assistance to Moncrief ACH Dermatology clinic as needed whenever not performing direct SERMC Teledermatology duties. 1.2. DELIVERABLES. 1.2.1. Quality Teledermatology consults entered in the Teledermatology system. 1.2.2. Quality dermatological photographs. 1.2.3. Timely delivery of consult responses to ordering clinicians. 1.3. QUALIFICATIONS: CERTIFICATIONS, LICENSE, PHYSICAL REQUIREMENTS OR OTHER EXPERTISE REQUIRED. The contractor must have: 1.3.1. Credentialing required is Dermatology Technologist or Licensed Practical Nurse (LPN) or equivalent with at least one year of dermatology clinical experience. 1.3.2. Contractor will attend hospital provided training for Health Insurance Portability and Accountability Act, consideration of others, and other J CAHO related training requirements. 1.3.3. Excellent interpersonal skills. 1.4. PERIOD OF PERFORMANCE. 1.4.1. The period of performance includes a base year beginning the date of award and ending 30 September 2007 with 4 option years. 1.5. PLACE OF PE RFORMANCE. 1.5.1. The place of performance is Moncrief Army Community Hospital, Fort Jackson, SC with intermittent travel to SERMC Headquarters, GPRMC Headquarters and other SERMC MTFs. 1.6. OPERATIONAL HOURS. 1.6.1. Work will be performed 40 hours pe r week during normal business hours, Monday-Friday, excluding Federal holidays. 1.7. UNCOMPENSATED OVERTIME. 1.7.1. The maximum number of overtime hours allowed is 100 unless changed via contract modification. The number of consults performed on a dai ly basis is variable and can lead to a minimal amount of overtime to complete the necessary tasks. . 1.8. SAFETY ISSUES. 1.8.1. The work described herein is primarily sedentary, performed in a clinical setting. Some walking will be required throughout the workplace facilities and at work sites. The work environment involves everyday risks or discomforts that require normal safety precautions typical of such places as conference rooms or office spaces. There are no unusual physical demands. 1.9. GOVER NMENT-FURNISHED EQUIPMENT, BADGE, KEYS AND/OR FACILITIES PROVIDED. 1.9.1. The government will provide office space, office furniture, LAN/WAN connectivity, telephone, and computer capability typically provided to government personnel. The go vernment will provide an ID badge which must be worn while in the medical facility and keys as required for entry access. 1.10. SECURITY CLEARANCE/POLICE CHECK/DRIVING RECORD CHECK. 1.10.1. The contractor shall comply with all applicable Department of Defense (DoD) security regulations and procedures during the performance of this task order. The contractor shall not disclose and must safeguard procurement sensitive information, computer systems and data, privacy act data, and Government personnel work products that are obtained or generated in the performance of this task order. If necessary, the contractor will be required to provide clearances for personnel requiring access to Government computers and workstations. 1.11. REIMBURSABLE EXPENSES (TRA VEL, CONFERENCE, TRAINING, EQUIPMENT OR MATERIALS, ETC.). 1.11.1. Travel is required. The contractor shall be reimbursed and subject to monetary limitation (for all transportation/relocation costs) per the joint Travel Regulation (s). The contractor sha ll be required to obtain a minimum of two (2) independent estimates for each transportation cost element incurred under the contract. The contractor shall submit to the CONTRACTING OFFICER (not the COR) one DD Form 250 marked Original Invoice and one ( 1) marked Invoice Copy for approval and signature. If the contracting officer determines that a given transportation cost exceeds customary rates for like services, the contractor may be financially liable for the difference. 1.12. SUPERVISION. 1.12. 1. Contractor employees performing services under this order will be controlled, directed and supervised at all times by management personnel of the contractor. The contractors management shall ensure that employees properly comply with the performance standards outlined in the Quality Assurance Surveillance Plan (QASP). Contractor employees will perform independent of and without the supervision of any Government official. Actions of contractor employees may not be interpreted or implemented in any ma nner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise v iolating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work. 1.13. GOVERNMENT CONTRACTING OFFICER REPRESENTATIVE. 1.13.1. The Government Contracting Officer Representative will provide general instructions on limitations and deadlines, and is responsible for administration of the task order in compliance with the contract to include inspectio n and acceptance of deliverables. The following provisions/clauses are applicable to this solicitation: 52.212-1, Instructions to Offerors-Commercial; Addendum to Clause 52.212-1 applies as follows: 52.237-1. 52.252-1, 52.252-5: (b) DFARS (Chapter 2). Of ferors must include, with its offer, a completed copy of provision 52.212-3 in full text obtained from http://acqnet.gov or from http://orca.bpn.gov if registered in ORCA (Online Representation and Certification Application). Provison 52.212-2, Evaluation s Commercial Items: The following factors shall be used to evaluate offers: (1) Technical Capabilities/Experience; (2) Past Performance and (3) Price. Technical and Past Performance when combined are OF EQUAL IMPORTANCE TO PRICE. ALTHOUGH PRICE IS NOT FOR MALLY SCORED, IT IS IMPORTANT AND CANNOT BE IGNORED. THE DEGREE OF ITS IMPORTANCE WILL INCREASE WITH THE DEGREE OF EQUALITY OF THE PROPOSALS IN RELATION TO OTHER EVALUATIONS FACTORS, 52.212-3 FAR CLAUSES: 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addendum to 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-9, 52.209-6, 52.219-6, 52.223-6, 52.224-1, 52.224-2, 52.237-2, 52.256-6: (b) DFARS (Chapter 2), 52,212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items and applicable clauses within, 52.217-8, 52.217-9, 5002 Electronic Subm ission of Payment Request, 52.232-18 Availability of Funds, 52.232-19 Availability of Funds for the Next Fiscal Year; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.252-2, Clauses Incorporated by Reference, DFAR Clause 252.204-7003, 252.212-7001 and 252.232-7003, Electronic Submission of Payment Requests (Jan 2004), DFAR Clause 252.204-7004 Alt A, Required Central Contractor Registration Alternate A (Nov 2003), 252.232-7001, 252.243-7001 and. Full text of provisions an d clauses may be accessed electronically at the following address: http://www.arnet.gov/far. Proposals are being requested and a written solicitation will not be issued. All responsible sources should submit proposals electronically to prinsez.walker@us. army.mil or fax (706) 787-6573, no later than 4:00 pm. EST, February 09, 2007.
- Place of Performance
- Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
- Zip Code: 30905-5650
- Country: US
- Zip Code: 30905-5650
- Record
- SN01220175-W 20070128/070126221135 (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 |