SOLICITATION NOTICE
Q -- Radiographic Interpretation Services for the Cheyenne River Service Unit in Eagle Butte, SD - FAR Clause 52.212-3 - Business Associate Agreement - Clauses Incorporated by Reference & in Full Text - FAR Clause 52.212-5 - Ethics Policies - Standard Form 33 - Requirements and Ordering Clauses - Contractor Performance Requirements - Contractor Inserts
- Notice Date
- 9/29/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621512
— Diagnostic Imaging Centers
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
- ZIP Code
- 57401
- Solicitation Number
- RFP-2011-06
- Archive Date
- 10/29/2010
- Point of Contact
- Courtney J. Davis, Phone: 6052267241, Carol A Diaz, Phone: 605.226.7567
- E-Mail Address
-
courtney.davis@ihs.gov, carol.diaz@ihs.gov
(courtney.davis@ihs.gov, carol.diaz@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Contractor Inserts Contractor Performance Requirements Requirements and Ordering Clauses SF 33 Ethics Policies FAR Clause 52.212-5 Clauses Incorporated by Reference and in Full Text Business Associate Agreement FAR Clause 52.212-3 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 Programs for Certain Commercial Items (10 U.S.C. 2304(g) & 2305 & 41 U.S.C. 253(g) & 253a & 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), & FAR Subpart 37.4, Non-personal Health Care Services (10 U.S.C. 2304 and 41 U.S.C. 253). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Aberdeen Area Indian Health Service (IHS) intends to award a firm-fixed price requirements type contract in accordance with the Request for Proposal (RFP) 2011-06, for Radiology Interpretation Services for the Cheyenne River Service Unit in Eagle Butte, South Dakota. The solicitation is issued as a 100% Small Business set-aside. The solicitation documents & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-43. The associated North American Industry Classification System code is 621512 and the small business size standard is $13.5 million. PRICE SCHEDULE: RADIOLOGY INTERPRETATION SERVICES: the quoted pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state and local taxes) plus all other costs pertinent to the performance of this contract. Federal Government Holidays, weekends and overtime are included in the base price. The contract resulting from this solicitation will not obligate funds; funds must be obligated prior to starting performance through a delivery order or task order. Orders may be submitted electronically, facsimile or hard copy. Contractor's agreement is hereby incorporated by reference as part of this Requirements Contract. In the event of conflict between any terms of the agreement and the Requirements Contract, applicable federal laws and statutes will prevail. Please complete the following pricing schedule utilizing your most competitive and reasonable rates which the IHS will use to the "Best Value" to the government. The quantities of supplies or services specified in the Schedule are estimates only. 1. BASE YEAR (Date of Award through 9/30/ 2011) PLAIN FILMS: 6000 reads @ $_________________ per read ULTRASOUND EXAMS: 800 reads @ $_________________ per read PEER REVIEW: 4 @ $_________________ per review ONSITE VISIT: 1 @ $________________ per visit SERVICE AGREEMENT FEE: 12 @ $ _________________ per month 2. OPTION YEAR ONE (10/1/2011 through 9/30/2012) PLAIN FILMS: 6250 reads @ $_________________ per read ULTRASOUND EXAMS: 830 reads @ $_________________ per read PEER REVIEW: 4 @ $_________________ per review ONSITE VISIT: 1 @ $________________ per visit SERVICE AGREEMENT FEE: 12 @ $ _________________ per month 3. OPTION YEAR TWO (10/1/2012 through 9/30/2013) PLAIN FILMS: 6500 reads @ $_________________ per read ULTRASOUND EXAMS: 860 reads @ $_________________ per read PEER REVIEW: 4 @ $_________________ per review ONSITE VISIT: 1 @ $________________ per visit SERVICE AGREEMENT FEE: 12 @ $ _________________ per month 4. OPTION YEAR THREE (10/1/2013 through 9/30/2014) PLAIN FILMS: 6750 reads @ $_________________ per read ULTRASOUND EXAMS: 890 reads @ $_________________ per read PEER REVIEW: 4 @ $_________________ per review ONSITE VISIT: 1 @ $________________ per visit SERVICE AGREEMENT FEE: 12 @ $ _________________ per month 5. OPTION YEAR FOUR (10/1/2014 through 9/30/2015) PLAIN FILMS 7000 reads @ $_________________ per read ULTRASOUND EXAMS: 920 reads @ $_________________ per read PEER REVIEW 4 @ $_________________ per review ONSITE VISIT 1 @ $________________ per visit SERVICE AGREEMENT FEE: 12 @ $ _________________ per month PURPOSE OF THE CONTRACT: The purpose of this contract is to provide the services of a contract Radiologist to interpret General X-ray studies and Ultrasound images for the Cheyenne River Service Unit. STATEMENT OF WORK: 1) The Contractor shall provide Radiographic interpretation services using a teleradiology system, in the following estimated proportions per year: Plain Films....... 6000 Base; 6250 OY 1; 6500 OY 2; 6750 OY 3; 7000 OY 4 Ultrasounds....... 800 Base; 830 OY 1; 860 OY 2; 890 OY 3; 920 OY 4 Peer Reviews....... 4 Onsite Visit....... 1 Service Agreement Fee....... 12 2) The Contractors viewing equipment shall interface with the Service Units teleradiology platform. The successful offeror shall possess a DICOM teleradiology system that is compatible with the Service Units DICOM Imaging Network, capable of receiving/transmitting a 14X17, 2kb chest film within 4 minutes. In addition, the Contractors computer system must be compatible with the Service Unit's General Electric Centricity PACS software. 3) All interpretations shall be performed on diagnostic, medical-grade, high resolution monitors. All monitors shall be calibrated at least semi-annually, or consistent with proper quality control procedures at the interpretation sites. 4) The Contractor's network shall have established firewalls and procedures to ensure patient confidentiality and security compliant with The Health Insurance Accountability and Portability Act of 1996 (HIPAA) and IHS security Standards. 5) The Contractor shall provide telephone consultations with the Indian Health Service attending clinician concerning their patients' medical images as medically indicated. 6) The Service Unit will provide the Contractor with an imaging requisition for each patient. This will be transmitted to the Contractor along with the patients imaging files. The Contractor shall provide a complete written report for each medical imaging study. The Contractor shall have the completed report electronically dictated and signed, via the Contractors voice recognition software, delivered directly into the Service Units Radiology Information System (RIS)/Hospital Information System (HIS). This is conditional upon the existence of interfaces between the Contractors software and the Service Units RIS/HIS. This scope of work is not intended to limit the application of technology that improves efficiency in the process. The expense of developing any Contractor dictation software interface with the Service Units RIS/HIS shall be the responsibility of the Contractor. 7) Unless noted below, the average turnaround time between the initial receipt of the imaging study and delivery of a signed radiologic interpretation shall be twenty-four (24) hours or less. At least ninety (90)% of studies shall have an average turnaround time of less than twenty-four (24) hours. 8) The turnaround time for preliminary interpretations shall be ninety (90) minutes or less. Ninety (90)% of preliminary interpretations will be followed up with a telephone call or a written interpretation within ninety (90) minutes of transmission. 9) The Contractor may subcontract to provide coverage during periods of unavailability, e.g. holidays, illness, vacation etc... 10) The Service Unit is responsible for maintaining patient records. 11) Review Rights i. The authorizing Project Officer, IHS Area Director, or his/her professional representative shall be entitled to review the Contractor's facilities, and all administrative and clinical records which pertain to IHS beneficiaries covered under this contract. ii. The Contractor shall provide access to IHS patient medical records for review by the IHS utilization review official and managed care professional or other designated IHS official. PERIOD OF PERFORMANCE: Performance of the contract(s) shall be from Date of Award through September 30, 2011, plus four one-year options. Contractor must provide 24/7 coverage. Federal Government holidays, weekends and overtime are included in the base price. Federal Government holidays are listed below: • Columbus Day • Veterans Day • Thanksgiving Day • Christmas Day • New Year's Day • Martin Luther King, Jr. Day • Washington's Birthday • Memorial Day • Independence Day • Labor Day 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. 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. QUALITY ASSURANCE: A post award orientation conference with the contractor will be held as soon as possible, following the award of the contract (within 30 days). The contractor will be required to make a site visit to discuss and finalize all aspects of the Performance Work Statement to ensure contractual understanding and compliance. A Contractors Performance Requirements Package (regarding Radiologist Services) which lists contractual expectations will be used to periodically review and evaluate the contractor's progress. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES: All unique government information related to the Radiologist service that is necessary for Contractor performance will be made available to the Contractor. The Contracting Officer or COR designee will be the point of contact for identification of any information that is supplied. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. CONTRACTOR QUALIFICATONS: 1) The Contractors facilities shall be compliant with any applicable Medicare (CMS) requirements and Health Insurance Portability and Accountability Act (HIPAA) requirements. 2) The Contractor shall maintain appropriate certification and licensing for Contractors work facilities and will assure appropriate certification and licensing for all Radiologists providing services. 3) The Contractor and any subcontractors who interpret studies must use Board Certified or Board Eligible Radiologists who possess an unrestricted license to practice medicine in the United States. 4) The Contractor must provide a current and up-to-date copy of professional Credentials to the Service Unit, and must be appointed to the Cheyenne River Service Unit Medical Staff. 5) The Contractor and any subcontractors must be physically practicing medicine in the United States. 6) The Contractor shall furnish proof of a minimum of 12 peer review (over-reads) annually. REPORTING REQUIREMENTS AND DELIVERABLES: The CRSU will receive an electronic copy delivered directly into the Service Unit's Electronic Health Records System. The Contracting Radiologist will submit on a monthly basis to the CRSU an exam summary report which will contain the exam name, fee per exam, total charge for interpretations that month, and total charges year to date. The Contractor Radiologist will submit on a monthly basis to the CRSU a utilization analysis which will contain the patient name, patient identification number, date received, total charge, and exam name. The itemized invoice will be arranged in chronological order. 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. CHILDCARE NATIONAL AGENCY CHECK AND INVESTIGATION (CNACI): A CNACI must be completed for all Indian Health Service (IHS) contractor personnel within the Aberdeen 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 IHS Personnel Office will conduct the character and background investigations. PROJECT OFFICER: The person identified below is herby designated as the Project Officer for this contract. 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. Project Officer: Lisa Schlosser Cheyenne River Service Unit PO Box 1012 Eagle Butte, SD 57625 INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its original invoice to the Aberdeen Area Indian Health Service, Financial Management branch, 115 4th Avenue SE, Aberdeen SD 57401 and a copy to the Project Officer at the Cheyenne River Service Unit Project Officer listed above. The Contractor agrees to include the following information on each invoice. (1) Contractors name, address; (2) Contract Number (entire contract number must be included); (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 Aberdeen Area Financial Management Branch, 115 4th Avenue SE, Aberdeen, SD 57401, shall make payment. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including below. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). Quotes shall be submitted on company letterhead stationery. Signed and dated. And it shall include: 1. Solicitation number 2. Closing Date: October 14, 2010 at 3:00 pm CST 3. Name, address and telephone number of company and email address of contact person. 4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. This may include product literature, or other documents, if necessary 5. Terms of any express warranty 6. Price and any discount terms 7. "Remit to" address, if different from mailing address 8. A completed copy of the representations and certifications at FAR 52.212-3 9. Acknowledgment of Solicitation Amendments (if any issued) 10. Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). FAR 52.212-2, Evaluation-Commercial Items (January 1999). The provision at 52.212-2 applies to this acquisition and is provided in full text. (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) Understanding of the Requirement/Technical Capabilities = 60 points : The offeror shall document that they have the necessary technical capability to complete the requirements in the Statement of Work (SOW). The offeror shall be evaluated on & show documentation of: (a) Staffing plan adequate to complete the requirements listed in the attached Scope of Work. (b) Licensure AND Board Certification (general radiology). (c) Initial Category I Education (minimum 60 hours, 15 of these must be within the last 3 years) (d) Continuing Experience (6,000 General X-ray and 800 Ultrasound readings during the past 12 months) (e) Continuing Education (15 Category I CMEs) (f) Radiologist(s) with experience as a Lead Radiologist for FDA/ACR accreditation activities. (g) Internal staff to conduct Medical Physicist surveys for the Review Work Station & to establish local network firewalls & procedures to ensure patient confidentiality & security consistent with Federal requirements. (2) Past Performance = 20 points : Past performance shall be used to assess the experience & quality of the offeror's past experience with the same or similar tasks in past rural orders. The offeror shall list contracts similar in complexity & scope as the requirements in the SOW. The offeror shall include the following information for each contract successfully performed: (a) Name of ordering agency & Contracting Officer (b) Contract number (c) Type of contract (d) Total contract value (e) Brief description of work (f) Use of technology to provide interpretations to a remotely located agency (g) Identify the contract that you consider the most successful & the reason(s) for this determination ; describe process for corrective actions if problems arose; describe process for communication with the ordering agency for recommendations for improvements. (3) Cost = 20 points : The Indian Health Service will make a separate determination of price reasonableness. The primary consideration in evaluating this criterion is which offeror can perform the task in a manner most advantageous to the government. Under best value principles, there is no requirement that a task order be awarded on the basis of lowest proposed cost. The award primarily on the basis of estimated costs may encourage the submission of unrealistically low estimates and increase the likelihood of cost overruns. Estimated costs must be reasonable for the tasks to be performed. If consideration is narrowed to choosing among proposals with approximately equal technical criteria as determined by the technical evaluation, cost information can become the determining criteria. Technical Criteria will be 80% and cost will be 20% determining factors for this award. (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 options(s). (c) A written notice of award of acceptance 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. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2009). See attachment for full text and instructions for completion. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (June 2010), applies to this acquisition and is incorporated by reference. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (July 2010). See attachment for full text. In addition, Contractors shall provide the following: 1. Signed SF 33. 2. Complete and sign Licensure Requirement (if applicable); provide a copy of current license. 3. Complete and sign Agreement to a temporary provisional of character investigations (for government contractors only). 4. Complete and sign the Declaration for Federal Employment - Optional Form 306. 5. Complete and sign Addendum to Declaration for Federal Employment (OF306). 6. Copy of malpractice insurance (if applicable). Submit quote to: Aberdeen Area Indian Health Service Attn: Courtney Davis, Contract Specialist 115 4th Ave. SE, Room 309 Aberdeen, SD 57401 Or fax to 605-226-7669 or email courtney.davis@ihs.gov ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFP. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFP-2011-06/listing.html)
- Place of Performance
- Address: Cheyenne River Service Unit, PO Box 1012, Eagle Butte, South Dakota, 57625, United States
- Zip Code: 57625
- Zip Code: 57625
- Record
- SN02301745-W 20101001/100929235717-76775ae0296c682c4b22cc401c001709 (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 |