Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2009 FBO #2799
SOLICITATION NOTICE

Q -- PHARMACIST / EHR SPECIALIST - FAR provision 52.212-3

Notice Date
7/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-09-036-REL
 
Archive Date
8/25/2009
 
Point of Contact
Rita E Langager, Phone: 406.247.7293
 
E-Mail Address
rita.langager@ihs.gov
(rita.langager@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications - Commercial Items (JUL 2009) that must be completed and submitted with the offer. 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) intends to award a fixed-price, performance-based, commercial item contract in response to Request for Quotation (RFQ) 10-09-036-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 2005-35. The associated North American Industry Classification System code is 621399 and the small business size standard is $7.0 million. PRICE SCHEDULE - PHARMACIST / EHR SPECIALIST: BASE YEAR: 960 hours @ $____________________ per hour = $____________________; OPTION ONE: 960 hours @ $____________________ = $____________________; OPTION TWO: 960 hours @ $____________________ = $____________________; OPTION THREE: 960 hours @ $____________________ = $____________________; GRAND TOTAL: $____________________. Potential contractors are asked to propose an all-inclusive hourly rate. PURPOSE OF THE CONTRACT: The Pharmacy Departments at the Wind River Service Unit, PHS Indian Health Centers, Arapahoe and Fort Washakie, Wyoming are in need of a part-time qualified licensed staff pharmacist to provide pharmacy services to the patients and assist with the electronic health record (EHR) drug files and pharmacy package. The work schedule will be coordinated with the Department Supervisor. STATEMENT OF WORK: The pharmacist will provide services at the Wind River Service Unit, PHS Indian Health Centers at Arapahoe and Fort Washakie, Wyoming. Major Duties: Prepares and dispenses patient's medications. Counsels patients on safe and effective use of medications. Reviews patient medication profiles for safety, appropriateness and effectiveness of drug therapy. Provides advice and treatment for minor acute medical conditions of patients not requiring prescription drugs; e.g., headaches, upper respiratory tract infections, skin conditions, etcetera. Provides clinical drug information to physicians, mid-level practitioners, nurse and other staff needing assistance. Maintains necessary legal records on controlled substances and other pharmaceuticals. Prepares medications for special clinic usage. Compounds and prepackages products not commercially available. Inspects all pharmaceutical storage areas to ensure proper conditions, expiration dating and quality of all medications. Maintains stock of drugs for emergency situations. Check emergency drugs in clinic on a routine basis. Assists with preceptorship and education of pharmacy students doing externship rotations at the clinics. Provides guidance and assistance to Pharmacy Chief and staff pharmacists. Performs other duties as assigned. KNOWLEDGE REQUIRED BY THE POSITION: Must have a Pharm-D or a BS degree in Pharmacy with one year experience. Must be currently licensed as a pharmacist by one of the 50 states and provide copy of license. Knowledge in the appropriate use and dosage regimen for the drug therapy being used. Knowledge in stability characteristics and storage requirements pertaining to drugs. Knowledge of appropriate resources and reference materials and their use. Knowledge of toxic manifestations of drugs and the measures necessary to obtain the best available treatments. Ability to effectively communicate with patients regarding the proper administration of medications. Ability to communicate with other health professionals with regard to effective patient treatments. Knowledge of symptoms and treatment of minor acute medical conditions. Ability to effectively analyze the literature on new drug products. Knowledge of proper compounding procedures and equipment. Knowledge of the electric health record, pharmacy package, RPMS, and file maintenance. Ability to train others on use and maintenance of the electronic health record drug files and pharmacy package. Ability to provide guidance, share knowledge of supervision and leadership. SUPERVISION: Receives general supervision from Chief, Department of Pharmacy. Technical guidance may be from Chief of Pharmacy or higher graded pharmacists. The Contractor will provide guidance if needed, share knowledge and leadership with the Chief, Department of Pharmacy and pharmacy staff. Most work is performed independently with legal responsibility for clinical decisions. GUIDELINES: Guidelines available include: Standard pharmacy reference texts/online resources that provide appropriate medication information; federal regulations and IHS Professional Service Manual; Accreditation Body Standards; Billings Area Directives; Service Unit Pharmacy Policy and Procedure Manual. Good judgment must be exercised regarding the use of new techniques and skills in the pharmacy field. COMPLEXITY: Works with other health professionals and administrative personnel and must communicate efficiently. Must be considerate, perceptive, and understanding when providing patient counseling. The Contractor will evaluate the individual patient drug therapy in relation to the disease state, contraindicated drugs, drug interactions, and most effective therapy. Continuously evaluates new clinical drug information and pharmacy procedures from latest literature. SCOPE AND EFFECT: The Contractor is responsible for maintaining the high quality of medications at the Service Unit. The accuracy and thoroughness of completed work has a direct effect on the patient and the Service Unit's quality of patient care. PERSONAL CONTACTS: Personal contacts are with other health professionals, pharmacists, patients, and administrative personnel. PURPOSE OF CONTACTS: Contacts with the health professionals are for providing medication information. Contacts with the patients are for counseling and providing minor medical care. Administrative personnel contacts are for general information about clinic procedures. PHYSICAL DEMANDS: The work requires long periods of standing, intermittent bending, reaching and lifting in dispensing medications to patients. Requires periods of intense concentration preparing complex prescription orders or when evaluating literature concerning medications and pharmacy procedures. WORK ENVIRONMENT: Work is in a clinical setting where exposure to disease is common. The Contractor must occasionally handle hazardous pharmaceutical or chemical products. PERIOD OF PERFORMANCE: October 1, 2009, through September 30, 2010, with three 12-month options. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all necessary equipment and supplies. The Wind River 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: All Federal agencies are required by the Federal Information Security Management Act of 2002 (FISMA) to complete a course in Computer Security Awareness Training (CSAT). Within HHS, there is a requirement for this training to be completed annually by all employees including all contractors, volunteers, students, summer externs, etcetera. PERFORMANCE-BASED SERVICE DELIVERY SUMMARY: The contract Pharmacist'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 Pharmacy 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 Contractor's 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 Wind River Service Unit, PHS Indian Health Center, P.O. Box 128, Fort Washakie, Wyoming 82514. The Contractor agrees to include the following information on each invoice: (1) Contractor's name, address and telephone number; (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 Wind River Service Unit. 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. 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. 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. Federal Tort Claims Act coverage for medical related claims is extended to the individual providing Pharmacy 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 CONTRACTOR SHALL PROVIDE EVIDENCE OF, OR SUBMIT A WRITTEN RESPONSE TO, THE FOLLOWING TECHNICAL EVALUATION FACTORS. The following factors shall be used to evaluate offers: (1) Pharmacy 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, 52.217-9, 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, 352.270-10, 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 August 10, 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-09-036-REL/listing.html)
 
Record
SN01886187-W 20090726/090724235314-ba70c783613b49e6051250c8798f6c59 (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.