SOLICITATION NOTICE
Q -- Periodic Health Assessments
- Notice Date
- 12/16/2008
- Notice Type
- Modification/Amendment
- NAICS
- 621399
— Offices of All Other Miscellaneous Health Practitioners
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Louisiana, USPFO for Louisiana, 495 3rd Street, Camp Beauregard, Pineville, LA 71360
- ZIP Code
- 71360
- Solicitation Number
- W912NR-09-A-0001
- Response Due
- 12/19/2008
- Archive Date
- 2/17/2009
- Point of Contact
- Patti Woods, 318-290-5988<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for multiple blanket purchase agreements (BPA) for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This agreement will be for a three year period from January 1, 2009 to September 30, 2012.This announcement constitutes the only solicitation. Quotes are being solicited and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The Louisiana Army National Guard has the requirement for one or more Physician Assistants, Nurse Practitioner or Medical Doctor to perform Physical Exams and Periodic Health Assessments on Guard personnel. Expectation is to have two contractors at the two service locations in Pineville, LA and Carville, LA. This requirement is being advertised as a small business set-aside; the North American Industry Classification System (NAICS) Code is 621399 with a Small Business Size Standard of $7M. All responsible sources may submit an offer, which shall be considered by this Agency. The following clauses are applicable to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52-212-2 Evaluation Commercial Items, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JUN 2006) (Deviation) and DFARS 252.212-7001 (Dev) Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2006) (Deviation). FAR 52.249-4 Termination for Convenience of the Government (Services) (Short Form) (APR 1984), FAR 52.249-8 Default (Fixed-Price Supply and Service) (Apr 1984). Quotes are due in this office no later than December 19, 2008, 1:00pm. local standard time. They may be emailed to patti.woods@us.army.mil or facsimile to 318-290-5986. Hard copies may be submitted to COL Patti Woods, 494 3rd Street, Camp Beauregard, Pineville, LA 71360. Offers will be evaluated using the Lowest Priced Technically Acceptable criteria outlined in FAR Part 15. To be determined technically acceptable the contractor shall be Board certified; have 3-5 years of experience performing physicals; military experience will be given a considerable advantage. Services will be conducted in Pineville, LA and Carville, LA. Vendor shall indicate ability to perform at one or both locations. The agreement will be made to the offeror or offerors whose proposal is most advantageous to the Government. Interested parties shall submit the quote for their hourly rates, along with a detailed resume outlining the salient characteristics to be considered technically acceptable for this requirement, i.e. (proof of State license). Hourly rate shall be inclusive of any travel expenses. Any variation in location will be handled through a contract modification. All contractors doing business with the Federal Government must be registered in the Central Contractor Registration (CCR) database. The website for registration is www.ccr.gov. DESCRIPTION OF SERVICES: The services required include: Properly conduct and document Periodic Health Assessments (PHA) to (AR) 40-501 standards. Providers are expected to correctly fill out all associated physical exam paperwork to include DD Forms 2807 and 2808 and the periodic health assessment form. The State Surgeon or Deputy State Surgeon (DSS) on site will provide initial training and guidance to the selected vendors. Initiate a draft DA Form 3349 if warranted by findings on physical exam (PE) or PHA. Physicians Assistants and/or Nurse Practitioners and/or Medical Doctors that are licensed in the State of Louisiana shall perform PEs and PHAs to Army Regulation (AR) 40-501 standards. A copy of these regulations will be provided to the contractor upon request. These regulations are also available at http://www.usapa.army.mil. It is the contractors responsibility to keep up with regulation updates. The contractor will utilize LAARNG facilities with the requisite equipment and supplies. Services will be performed at government facilities located at Bldg 804 Camp Beauregard, Pineville, LA or the Medical Clinic (TMC), Gillis W. Long, Carville, LA Copies of licenses/certificates shall be provided to LAARNG Contracting Office not later than 10 calendar days prior to the date of award. Evidence of licensing shall be provided upon each option year exercised. The contractor may have a credentialing file established with the LAARNG Medical Credentialing Officer. Typically services requested will fall on the organizations monthly Unit Training Assembly (UTA). Requirements for dates outside the UTA periods will be arranged by mutual agreement between the Contractor and the COR. The LAARNG designated work schedule for the contractor will normally be 0730-1730 hours on Saturdays and/or Sundays. Physical exams are conducted on average one weekend per month, however may be scheduled more frequently dependent on mission. The yearly estimated maximum number of workdays to be performed is a twenty or more. The maximum work day will be 10 hours, 0730-1730 hours. The minimum will be 8 hours, 0800-1600 hours. The contractor will designate one person as the point of contact for all scheduling purposes. The contractor shall also identify an alternate point of contact to be used in the event the primary point of contact is not available. Contractor is expected to perform a minimum of 50 PHAs in a 10 hour period. The Contracting Officer shall provide to the Contractor at the time of award the name, rank, phone number, fax number, and email address of each individual that is authorized to order services against this contract. The delegation shall be in writing and shall include the signatures of the individuals and the Contracting Officer. The Contractor shall be required to acknowledge receipt of this certification and that they understand that only individuals delegated in writing shall be authorized to place work orders. The Contracting Officer shall notify the Contractor in writing of any changes in regard to individuals authorized to place orders against the contract. The COR is the DSS. The inspector is the State Surgeon, LAARNG. The alternate inspector is the LAARNG Medical Command Operations NCO. The COR is the only individual authorized to order services from the contract (unless specified by the Contracting Officer) and shall be designated in writing by the Contracting Officer. If it is necessary to appoint alternate individuals with the ability to order services against this contract, the Contracting Officer shall designate these individuals in writing and provide a copy to the contractor. Schedule of services. Will be required on the first non holiday weekend of the month to coincide with LAARNG UTAs. Ninety days prior to the start of the new performance period the government will provide a schedule for the upcoming options years. Receipt of any upcoming year schedule by the contactor from the Government does not constitute the action of the Contracting Officer of exercising an option. The current schedule is for informational purposes only and subject to change: 10-11 Jan 09, 7-8 Feb 09, 7-8 Mar 09, 4-5 Apr 09, 2-3 May 09, 6-7 June 09, 11-12 July 09, 1-2 Aug 09, 12-13 Sept 09. Rescheduling of services. If rescheduling of services by the Government becomes necessary, notification of rescheduling shall be accomplished by the COR within 15 calendar days prior to the scheduled date and is not subject to approval/acceptance by the contractor. Any rescheduling action provided less than 15 calendar days prior to the scheduled date shall be bilateral and subject to approval of both parties of the contract. LIABILITY This contract is for Personal Services (as defined in FAR Subpart 37.104 and Defense FAR Supplement, DFARS 237.104 (b)(ii)). The relationship is a personal services contract under which the relationship between the contractor and Government is characterized by the employer-employee relationship it creates. These services are authorized by 10 USC 1091. Therefore, pursuant to 10 USC 1089(a), the Department of Defense (DoD) processes any personal injury claim alleging negligence by the PA, or NP, or MD while acting within the scope of their performance under this contract as claims alleging negligence by DoD military or civil services PA, or NP, or MD. The Government may evaluate the quality of professional and administrative services provided but retains no control over the medical, or professional aspects of services rendered (e.g. professional judgments, diagnosis, or specific medical treatment). Performance of care is subject to day-to-day supervision and control by the Government facility personnel comparable to that exercised over military health care providers engaged in comparable work. Personal injury claims alleging negligence by an individual health care provider within the scope of the contractors performance of work shall be processed by the Government as a claim alleging negligence by the Government. This contract does not create an employer-employee relationship between the Government and any corporation, business association or other party or legal entity with which the contractor may be associated. The existence of an employer-employee relationship created between the Government and the contractor shall result generally in the treatment of the contractor to be similar to a DoD employee for many purposes. Included in this similar treatment is that Federal Tort Claims Act claims alleging negligence by DoD military or civil service employees. As a result, the individual is not required to maintain medical malpractice liability insurance. INVOICING Billing will indicate the date of service rendered. The contractor shall provide a monthly summary invoice to the COR or Inspector of each workday performed during the month. The COR shall review the invoice and verify receipt of services in accordance with the terms of this contract. Review of the invoice shall be accomplished within 7 calendar days after receipt. Once the invoice has been reviewed and approved, the COR will provide that months approved invoice to the Contracting Officer for payment. Vendor has option of payment through Electronic Funds Transfer (EFT) or Government Purchase Card. Any technical questions concerning this requirement shall be e-mailed to patti.woods@us.army.mil on or before COB 15 Dec 2008.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b71eb42ae43e562b1009e6ddeff31194&tab=core&_cview=1)
- Place of Performance
- Address: USPFO for Louisiana 495 3rd Street, Camp Beauregard Pineville LA<br />
- Zip Code: 71360<br />
- Zip Code: 71360<br />
- Record
- SN01719550-W 20081218/081216215038-b71eb42ae43e562b1009e6ddeff31194 (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 |