Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2009 FBO #2723
SOLICITATION NOTICE

Q -- PHYSICIAN ASSISTANT AND/OR NURSE PRACTITIONER

Notice Date
5/9/2009
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
2900 4th Avenue North PO Box 36600 Billings MT 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-09-037-REL
 
Response Due
5/22/2009
 
Point of Contact
Rita E Langager, Contract Specialist, Phone 406.247.7293, Fax 406.247.7108
 
E-Mail Address
rita.langager@ihs.gov
 
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 37.104, 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) and FAR Subpart 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) reserves the right to award multiple fixed-price, performance-based, commercial item contracts in response to Request for Quotation (RFQ)-10-09-037-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 2005-32. The associated North American Industry Classification System code is 621399 and the small business size standard is $7.0 million. Potential offerors may submit an offer for one or both CONTRACT LINE ITEM NUMBERS (CLIN's). The proposed hourly rate must be inclusive of transportation, food, lodging, et cetera. PRICE SCHEDULE: CLIN ONE (1) - PHYSICIAN ASSISTANT AND/OR FAMILY NURSE PRACTITIONER: 208 hours @ $__________________ per hour = $____________________; CLIN TWO (2) - PHYSICIAN ASSISTANT AND/OR FAMILY NURSE PRACTITIONER: 624 hours @ $__________________ per hour = $____________________; GRAND TOTAL: $____________________. PURPOSE OF THE CONTRACT: The purpose of this acquisition is to contract for a Physician Assistant(s) and/or Family Nurse Practitioner(s) for the Northern Cheyenne Service Unit, PHS Indian Health Center, Lame Deer, Montana. WORK SCHEDULE: 208 HOURS - Weekend Midlevel Emergency Room Coverage from 8:00 pm on Saturday night through Sunday 8:00 am. 624 HOURS - Weeknight Midlevel Emergency Room Coverage, Monday through Thursday, 4:00 pm to 8:00 am, three nights per week. INTRODUCTION: Position provides diagnostic, preventive and therapeutic clinical-medical services to patients with traumatic injuries and difficult to diagnose illnesses within the Emergency Medicine medical specialty. STATEMENT OF WORK: Provides emergency care as required, by interviewing (if possible) and examining patients with traumatic injuries and patients with difficult to diagnose illnesses; reviews past medical history, and immediately requests and/or performs diagnostic tests and examinations deemed necessary to obtain all possible information related to each case. Makes preliminary diagnosis, directs, prescribes or provides treatment, or arranges for specialized care or patient consultation as required. Provider bases decisions upon information obtained, professional medical knowledge and skills. Makes notes of observations to be incorporated into clinical records. Provides definitive management in all medical categories for cases that do not require referral. Gives total patient care including prevention, health maintenance, early diagnosis, treatment, and follow-up services to patients under his/her care. Seeks guidance from physician when complexities of patients' conditions warrant such consultation. Assures preparation of appropriate medical records for all patients seen to assure the accumulation and organization of all pertinent clinical data needed to provide comprehensive medical care. Dictates clinical reports for other medical providers and facilities. Refers patients to appropriate contracted medical (or other) facilities, providing full clinical information for care and diagnostic procedures that cannot be adequately provided at local IHS facilities. Coordinates and integrates information obtained into the ongoing Health Care Program at the Service Unit and assures timely follow-up care as required. Works closely with allied health professionals (i.e., Community Health Nurse, Social Workers, Health Educator, etc.) to utilize and coordinate the services of Health Care Professionals in the management of the patient's medical, psychological and social problems. Provides direct patient care to non-Indian patients in emergency situations. K NOWLEDGE REQUIRED BY THE POSITION: Professional Degree of Physician Assistant or Doctorate or Masters of Nursing as a Nurse Practitioner. At least one year of ER experience as a PA or NP. Licensure to practice as a Physicians Assistant or Nurse Practitioner in the United States is required. Current ACLS and PALS certification is required. Proof of ATLS participation. Skill in tact and diplomacy while working in stressful situations. Skill in working with people from a wide variety of backgrounds and different cultures. SCOPE AND EFFECT: The work of this position directly affects the health and well being of individuals with severe, traumatic injuries and highly unusual illnesses on immediate basis; and impacts the health status of families and the community on a broad basis. PERSONAL CONTACTS: Personal contacts of the incumbent are with patients with severe traumatic injuries, patients with highly unusual illnesses, their families, other employees, representatives of other federal, state and tribal health organizations, and administrators and physicians from the private sector. These contacts are made with individuals and occasionally groups in moderately unstructured settings. PURPOSE OF CONTACTS: The purpose of contacts are to exchange information, resolve problems, educating, influencing, and motivating individuals and groups to understand and accept recommended medical information, diagnosis, treatment, and therapies. PHYSICAL DEMANDS: The work requires some physical exertion and stamina, and extensive walking, standing, bending, and similar activities. Patients may be required to be lifted from time to time. The Contractor may be required to remain awake on duty for periods from twenty-four to thirty-six hours in duration. WORK ENVIRONMENT: The work is performed in a hospital or clinical setting, with continual exposure to patients having a variety of illnesses and communicable diseases. Occasionally, the Contractor may be subjected to adverse weather and hostile patients and/or the families. Works in a regularly assigned, rotation or call back basis to provide continuity of medical services during evenings, nights, holidays, and weekends. Required to work at outlying reservation communities and/or other Service Units within the Billings Area. This position has been designated as an essential position and as such the incumbent of this position is required to occupy government quarters on an availability basis for the purpose of providing protection of life and/or property. SUPERVISION: The Chief Medical Officer or designee provides primarily administrative supervision and limited technical supervision. The Contractor is recognized as a senior specialist in the Emergency Medicine specialization. Contract consultants in the specialty area of Emergency Medicine medical specialty provide expert technical guidance. Work which involves out-of-the ordinary diagnostic decisions or treatment is discussed with supervisor who keeps aware of the condition of such patients and all aspects of treatment regimen. Work performance is reviewed for conformance to IHS policy, procedures and accepted emergency medicine professional practices; and the Quality Assurance (improvement) Program of the Medical Staff of the Service Unit. SUPERVISOR: Thomas Schreiner, Chief Medical Officer; ALTERNATE: Service Unit Clinical Director. GUIDELINES: Guidelines available include DHHS, PHS, IHS, Billings Area, Service Unit, and Medical Staff regulations, policies, procedures, and by-laws. In addition, traditional and currently accepted medical practices are available in the form of specialty consultation, medical journals, and textbooks. In nearly all cases, however, the medical officer's judgment is the key factor in determining whether guidelines are to be adhered to or deviated or whether new guides need to be developed to protect the interests of the patient. COMPLEXITY: Assignments include the very difficult in the Emergency Medicine specialty, with very little technical guidance. The Contractor may serve as a consultant on the most difficult cases in the specialty, and performs advanced diagnostic and treatment procedures without professional direction. Recognizes difficult-to-identify symptoms or signs, and is fully responsible for developing a full treatment regimen involving a knowledge of new techniques or the use of advanced skills. Cases are routinely critical and require immediate decisions or are complicated because patients fail to respond to previously tried treatment regimens. Considerable weight is given to the medical officer's recommendations in their technical specialties, by their supervisor and colleagues. In addition to the very difficult, the work also consists of broad general practice of medicine, involving diagnosis and treatment of inpatients and outpatients with an extremely wide variety of physical and emotional problems and includes the broad functions of medicine to include, education, prevention, cure, and rehabilitation, in addition the emergency medicine practice specialty. Assignments are characterized by breadth and intensity of effort and generally involve the simultaneous application of multiple distinct skills, knowledge's, and abilities in the care of one or more patients. The work is often difficult and further complicated by the fear and skepticism of patients, undefined or ill-defined problems presented in advanced stages, and conflicting data. The work requires continued efforts to establish programs to resolve chronic medical programs among the population served. P ERIOD OF PERFORMANCE: Date of Award (projected start date is June 1, 2009, through May 31, 2010. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all necessary equipment and supplies. The Northern Cheyenne Service Unit will be responsible for getting the Contractor access and clearance to all 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. PERFORMANCE-BASED SERVICE DELIVERY SUMMARY: The contract Physician Assistant and Family Nurse Practitioner's performance will be measured based on the following Performance Requirements: (1) Quality of Performance; (2) Shift Coverage; and (3) Customer Service. The Performance Requirements will be measured against the following Government Performance Standards: (1) Provide Physician Assistant Services or Family Nurse Practitioner Services as specified in the Performance Work Statement; (2) Must be available for shift coverage; and (3) 5 or more customer complaints. The Method of Government Surveillance to determine compliance with the Performance Requirements are as follows: (1) Work is reviewed for accuracy through quality improvement activities, standards of performance evaluation, and spot checks ; (2) Random sampling by project officer or his/her designee; and (3) Validated Complaints. Deduction Schedule: A 5% deduction shall be assigned to each Performance Requirement. Deductions shall be assessed against individual invoices when services are not performed or do not meet contract requirements. 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 Supervisor at the Northern Cheyenne Service Unit, PHS Indian Health Center, P.O. Box 70, Lame Deer, Montana 59043. 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 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. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes has been made 15 days after each quarter. 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 character and background investigations will be conducted by the Northern Cheyenne Service Unit. SPECIAL CONTRACT REQUIREMENTS: (1) 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. (2) 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. (3) All IHS regulations and policies applicable to these Acts shall be enforced. The Contractor shall comply with IHS facility infection control and safety procedures, practices, and standards. (4) Federal Tort Claims Act coverage for medical related claims is extended to the individual providing Physician Assistant or Family Nurse Practitioner Services. However, the services must have been performed within the scope of the personal services contract. 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) Physician Assistant or Nurse Practitioner License = 35 POINTS. Potential contractors must submit a copy of State license with the price quote; (2) Resume = 35 POINTS. Potential contractors must submit resume with price quote; and (3) Past Performance = 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. 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, 52.223-5, 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, 52.249-12, 352.202-1, 352-215-1, 352.215-70, 352.223-70, 352.232-9, 352.270-2, 352.270-3, 352.270-4, 352.270-6, 352.270-7, 352.270-11, 352.270-12, 352.270-13, 352-270-16, 352.270-17, 352.270-18, and 352.270-19. 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, 52.219-28, 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/policies/hssar.doc. 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 May 22, 2009. 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 Rita.Langager@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 90 days from the date of receipt by the Government. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (09-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-09-037-REL/listing.html)
 
Record
SN01813484-F 20090511/090509233011 (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.