SOLICITATION NOTICE
Q -- Dentist to perform services at the Spirt Lake Health Center, in Fort Totten North Dakota
- Notice Date
- 9/30/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621210
— Offices of Dentists
- 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
- RFQ-11-012
- Archive Date
- 10/29/2010
- Point of Contact
- Tiffany P Marks, Phone: 605-226-7356
- E-Mail Address
-
tiffany.marks@ihs.gov
(tiffany.marks@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 Programs 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)), and 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 response to Request for Quotation (RFQ) RFQ-11-012. This solicitation is issued as "FULL AND OPEN COMPETITION". The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The associated North American Industry Classification System code is 621210 and the small business size standard is $7.0 million. PRICE SCHEDULE: BASE YEAR: 960 hours (120 days) @ tiny_mce_marker__________________ per day = tiny_mce_marker___________________. The quoted "unit price" must be an all-inclusive cost. All "inclusive unit price" is defined to include travel, lodging, per diem, fringe benefits, federal, state and local taxes (contact the local Tribal TERO Office to see if taxes are applicable), plus all other costs pertinent to the performance of this purchase order. PURPOSE OF CONTRACT: The mission of the Spirit Lake Health Center in Ft. Totten, North Dakota is to provide the best possible health care services to the Native American population on the Spirit Lake Nation. To meet the mission, the Spirit Lake Health Center facility requires a trained Dentist to support and assist in temporary duties assigned at the clinic. Individuals providing services under contract, which involve regular contact with, or control over, Indian children, are subject to a character investigation in accordance with "Indian child protection and family violence prevention act" P.L. 101-630. The 1ndian health service personnel office will conduct these investigations following award of a contract unless in the judgment of the contracting officer, in consultation with the personnel officer, investigation may be waived based on prior investigations on file. Until the Character Investigation has been completed and the contracting officer notified, such individual should not have unsupervised. contact with Indian children. The contracting officer has the authority to temporarily wave the character investigation of a contractor. The" Agreement to a Temporary Waiver of Character Investigation" authorizes an agency to hire a contractor prior to the completion of a background check provided that at all times the contractor is within the sight and under the supervision of a government employee who has successfully completed the national agency check with written inquires (NACI) Contractor wi1l be covered under the Federal Tort Claims Act. A 1946 Act, 28 U.S.C. 1346(b), 2401, 2671- 2672,2674-2680. permitting persons injured by negligent conduct of the govemmen1 to sue for damages in U.S. District Courts. Prior to the suit 28 U.S.C. 2675 (a) requires that the injured person file for administrative relief with the agency involved. Thereafter, if relief is not granted, suit in court is permitted. The need for services is expected to remain constant during the term of the contract period. Therefore, the contractor shall maintain the continuity of services to the maximum extent possible. Each contract resulting from this solicitation shall: (A) Be a fixed-price personal health care services contract under which the contractor is subject to supervision and direction of a designated government officer. (B) Allow the government to evaluate the quality of professional and administrative services provided, but retain no control over the medical, professional aspects of the services rendered (e.g. Professional judgments, diagnosis for specific medical treatments); (C) Require the contractor to ensure that its subcontracts for provision of health care services contain the requirements of the clause a far 52.237-7 (section i-4), including the maintenance of medical liability insurance. CONTRACTOR FURNISHED PROPERTY: The Indian health service does not anticipate a need for contractor furnished equipment. GOVERNMENT FURNISHED PROPERTY, FACILITIES, AND SERVICES: The contract dentist will be authorized to use all areas of the medical treatment facility available to civil service and commissioned personnel in similar positions. The same restrictions apply to the contractor dentist and any other Indian health service personnel to use areas for official business activities only. Each dentist shall be provided with an orientation to the service unit and the Indian community being served. Clinical personnel shall provide the orientation. The clinic shall provide all equipment and medical supplies deemed necessary to provide medical care at the clinic with the exception of those items to be supplied by the contractor as listed. The clinic shall provide all required blank government forms applicable to the Indian health service. Clinical personnel will also provide appropriate orientation to the necessity of such forms. The clinic shall provide an ongoing method of monitoring and evaluation of the quality of services performed before the level of performance becomes unacceptable. Contractor will be under the direct supervision of the Chief Dental Officer or designated representative. STATEMENT OF WORK: The contractor shall furnish Dental services for the Dental Dept. At the Spirit Lake Health Center in Ft. Totten, North Dakota. The contractor shall perform services compatible with the medical facilities operating capacity and equipment. The contractor shall provide services for Indian Health service beneficiaries served by the clinic. Contract performance shall be according to the requirements contained in this statement of work. The Chief Dental Officer or designated representative will be the direct supervisor for the contractor. The contractor shall advise his/her immediate supervisor or representative of any problem encountered, or which may be encountered, in c01llleqion with meeting the needs of patients served by the dental dept. The contractor shall report continuing problems of any nature to the I.H.S. Project office officer. RESPONSIBILITIES: The Contract Dentist shall provide emergency and routine general Dental Services for eligible patients (children, adults and elderly) at the Spirit Lake Health Dental Center. The Chief Dental Officer will monitor contractor activity. Specific Dental services shall include. but are limited to the following: 1. Diagnostic/examination, screening, initial and periodic. 2. Prophylaxis, including hand scaling, use of ultrasonic instrumentation. 3. Emergency care-diagnosis and treatment. 4. Treatment of oral infections. 5. Preventive services-sealant, fluoride, OHI, 6. Restorative-simple and complex 7. Endodontic-anterior and posterior 8. Periodontal Diagnosis, treatment, surgery and chemical treatments. 9. Oral surgery-simple and surgical extractions of erupted teeth, partial impactions, soft tissue and biopsy. 10. Pediatric dentistry-pulpotomies, pulpectomies, stainless steel crowns. 11. Crown and bridge-single and multiple units. 12. Removable prosthetics. 13. Radiographic interpretation-periapical, bitewing, panorex, occlusal, extraoral soft tissue. 14. Adjunctive general services (i.e.; x-rays. Fluoride treatment, ect.) 15. Consultation with medical staff as needed. 16. Charting in patient dental/medical records-health history, exam, dental progress, referral forms. 17. Notes and PCC (IHS 803). 18. Limited dental laboratory procedures. ] 9. Limited oral medication to treat dental anxiety. SPECIFIC DENTAL SERVICES NOT INCLUDED, BUT ARE NOT LIMITED TO: 1. Orthodontics 2. General anesthesia QUALIFICATIONS: 1. Graduate of an accredited dental school in the United States. 2. Must hold a current and unrestricted dental license from any of the United States. 3. Must apply to and be accepted as a temporary member of medical staff. 4. Must apply for and have approved appropriate dental privileges by medical staff. 5. Must possess current basic life support (BLS) certificate. 6. Must possess documentation of continuing dental education. PERIOD OF PERFORMANCE: The Contracting Dentist will provide service at the Spirit Lake Health Center, Ft. Totten, North Dakota. These services will be provided from October 1, 2010 through Sept. 30, 2011. Duty hours are eight (&) hours per day 8:00 am to 4:30 pm Monday through Friday with a 1/2 hour lunch break. Contractor shall work approximately 2 to 3 days a week to be scheduled by Chief Dental Officer or designee. The Chief Dental Officer or designated representative may extend day schedule of work requires. Overtime hours are only to be used when absolutely necessary and approved by the project officer. Scheduled days will exclude recognized federal holidays; October 10 -Columbus Day November 11 - Veterans Day November 24 - Thanksgiving Day December 25 - Christmas Day January 1 - New Years Day January 17 - M.L. King Day February 21 - Presidents' Day May 30 - Memorial Day July 4 - Independence Day September 5 - Labor Day This contract will terminate when period of performance expires or if funds availability imposes constraints. REPORTING REQUIREMENTS: A detailed weekly invoice must be submitted to the Property & Supply clerk or designee with proper signature authority no later than 12:00 pm on Monday of the following workweek completed. Contractor wil1 maintain a log of invoices and balance of remaining contract dollars. Project Officer/Chief Dental Officer or designated representative shall monitor the Contractor's technical/post progress and promptly inform the Contracting Officer of any problems or potential problems they encounter. The government reserves the right to accept or reject services if the level of work is unsatisfactory. REQUIRED COMPLIANCE WITH THE INDIAN CHILD PROTECTION AND FAMILY VIOLENCE PREVENTION LAW P. L.I01-630 AND CRIME CONTROL ACT P. L. 101-647: The Contractor is prohibited from having any unsupervised contact with Indian children in the performance of this contract unless: 1) They act under the direct supervision and within the sight of a Government employee who has obtained a satisfactory "Criminal History Check" in accordance with the "Indian Child Protection and Family Violence Prevention" P. L. 101-630 and "Crime Control Act" P. L. 101-647. Prospective Contractors who duties and responsibilities involve regular contact or control over children are subject to a character investigation as required P. L. 101630, the Indian Child Protection and Family Violence Prevention Act. The IHS personnel offices will conduct these investigations following award of a contract. The character investigations may be waived if, in judgment of the Contracting Officer, in consultation with the Personnel Officer, and investigation has already been conducted and is on file. Until the character investigation has been completed and the Contracting Officer notified or the results, the Contractor must not have unsupervised contact with Indian children. 2) The Contractor has obtained a satisfactory "Criminal History Check" which satisfies the requirements for the "Indian Child Protection and Family Violence and Prevention Law" P. L. 101-630 and "Crime Control Act" P. L. 101-647. (For the purpose of this contract, the Clinical Services Director will act as the Project Officer in compliance with Item No.1 above and satisfies P. L. 101-630 and P. L. 101647). SUBMISSION AND PAYMENT: The Contractor shall submit an original invoice to request payment on at least a monthly basis to Accounts Payable, Aberdeen Area Indian Health Service, Division of Financial Management, 115 4th Avenue SE, Room 309 - Federal Building, Aberdeen, South Dakota 57401. The Contractor agrees to include the following information on each invoice in accordance with the Prompt Payment Act (5 CFR Part 1315.9(b)): (1) Contractors name, title, address and telephone number; (2) award number; (3) invoice number and date; (4) cost or price; (5) dates of service including number of hours worked; and (6) DUNS number and Tax Identifying Number (TIN). Payment shall be made by the Aberdeen Area Financial Management Branch, 115 4th Ave SE, Room 309 - Federal Building, Aberdeen, South Dakota 57401-4360. The Government reserves the right to accept or reject services if the level of work is unsatisfactory. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). Quotes shall be submitted on company letterhead stationery, signed and dated. It shall include: (1) Solicitation number: RFQ-10-186 (2) Closing Date: Wednesday, June 30, 2010, no later than 5:00pm CST (3) Name, address and telephone number of company and email address of contact person (4) Duns & Bradstreet Number (DUNS) (5) Price and any net terms (6) "Remit to" address, if different than mailing address The Contractor shall submit a written response to the Basis of Award factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with their offer. 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://arnet.gov/far/index.html. PROPOSAL SUBMISSION INSTRUCTIONS: All responsible Offerors may submit a proposal, which shall be considered by the Indian Health Service. Offers shall be submitted to Aberdeen Area Indian Health Service, Division of Acquisition Management, Attn: Tiffany Marks, 115 4th Avenue SE, Room 309 - Federal Building, Aberdeen, South Dakota 57401. Telephone: (605) 226-7356, Fax: (605) 226-7669, Email: tiffany.marks@ihs.gov no later than 5:00 p.m., on Thursday October 14, 2010. 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 HTTPS://WWW.BPN.GOV/CCR/DEFAULT.ASPX OR BY CALLING (888) 227-2423.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-11-012/listing.html)
- Place of Performance
- Address: Spirit Lake Health Center, Fort Totten, North Dakota, 58335, United States
- Zip Code: 58335
- Zip Code: 58335
- Record
- SN02303017-W 20101002/100930235523-037faefe211595b024d1de9c3d70463e (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 |