Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2010 FBO #3247
SOLICITATION NOTICE

R -- Part Time Laboratory Director Services

Notice Date
10/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
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-10-11-005-JH
 
Point of Contact
James Hunter, Phone: 406/247/7064
 
E-Mail Address
james.hunter@ihs.gov
(james.hunter@ihs.gov)
 
Small Business Set-Aside
N/A
 
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 Contracting. This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award multiple Indefinite Delivery Indefinite Quantity (IDIQ) commercial item, performance-based contracts in response to Request for Quotation (RFQ) 10-11-005-JH. The quantities of services specified in the Price Schedule are estimates only and are not purchased by this contract. Performance shall be made only as authorized by oral orders in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the services specified in the Price Schedule up to and including the quantity designated in the Price Schedule as the Maximum. The Government shall order at least the quantity of services designated in the Price Schedule as the Minimum. The Government shall establish and obligate estimated quantities at time of award based on the number of IDIQ contracts being awarded. 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 2005-36. The associated North American Industry Classification System code is 621112 and the small business size standard is $10.0 million. PRICE SCHEDULE - PART TIME LABORATORY DIRECTOR: Contract Line Item Number One: 11 Months; Rate for PART TIME is Estimated 60 HR $_____________________; INTRODUCTION: The services will be performed at the Fort Belknap Hospital, Harlem, Montana and Eagle Child Indian Health Clinic, Hays, Montana. The contractor will be expected to perform Part Time Laboratory Director up to 5 hours each month for 11 months. Regular hours are from 8:00 a.m. to 5:00 p.m., The work schedule will be coordinated with the project officer or his/her designee. The contractor will be expected to assist in all emergency/disaster situations when called upon. LABORATORY DIRECTOR STATEMENT OF WORK: (1) The contractor will review of the Fort Belknap Hospital and Eagle Child Health Center Laboratory's to meet CLIA/COLA Regulations. A report will be made each month to be filed in the Lab. (2) Ensure that the physical plant and environmental conditions are appropriate for the testing performed and provide a safe environment from physical, chemical, and biological hazards. (3) Ensure testing systems provide quality laboratory), services for pre -analytic, analytic, and post-¬analytic phases of testing. (4) Ensure test methods selected have the capability of providing quality results. (5) Ensure verification procedures used are adequate to determine accuracy~ precision, and other pertinent performance characteristics of the method. (6) Ensure that reports of test results include pertinent information required for interpretation. (7) Ensure that consultation is available to the laboratory clients on matters relating to the quality of The results reported and their interpretation concerning specific patient conditions. (8) Ensure that an approved procedure manual is available to all personnel. (9) Ensure that laboratory, personnel are performing the test methods as required for accurate and reliable results. KNOWLEDGE AND EXPERIENCE REQUIRED: (1) Knowledge that a general supervisor provides on-site supervision of high complexity test performance by qualified testing personnel. (2) Employ a sufficient number of laboratory personnel with the appropriate education and either experience or training to provide appropriate consultation, properly supervise, and accurately perform tests and report test results. Knowledge prior to testing patients' specimens, all personnel have the appropriate education and experience, and receive the appropriate training for the type and complexity of services offered, and have demonstrated that they can perform all testing operations reliably to provide and report accurate results. Ensure that policies and procedures are established for monitoring individuals who conduct per¬ analytical, analytical and post-analytical phases of testing to verify that they maintain competency: • To process specimens, • Perform test procedures, • Report test results promptly and proficiently, and • Whenever necessary identify needs for remedial training or continuing education to improve skills. (3) Have a written list of responsibilities of each individual in the laboratory that specifies the level of activity is authorized to perform, whether supervision is required for specimen processing, test performance or results reporting, and whether consultant or director review is required prior to reporting patient test results. (4) Knowledge of Proficiency - Testing to ensure that the laboratory is enrolled in an approved proficiency-testing (PT) Program and that the PT samples are tested in the same manner as patient samples also that PT results are returned on time to the PT Program and reviewed by the appropriate staff and the correct action plan is followed when PT results are found to be unsatisfactory. (5) Knowledge of quality control and quality assurance programs are established and maintained to identify failures in quality as they occur. Establishment and maintenance of acceptable levels of analytical performance for each test system. (6) Ensure that remedial actions are taken and documented whenever significant deviations from the laboratory's established performance characteristics are identified, and patient test results are reported only when the system is functioning properly. GUIDELINES: Guidelines include hospital regulations, departmental policies and procedures, technical references, professional journals, and textbooks. Individual uses initiative, resourcefulness, and judgment in deviation from established precedent as new developments are constantly being published. The personal services contractor must use judgment to deviate from standard procedures and tables to compensate for patients injuries, illness, or physical disabilities in accordance with established precedent and methods of calculation. The personal services contractor(s) maintains up to date knowledge of new developments in the field and exercises judgment to evaluate their usefulness and recommend adoption by the department. COMPLEXITY: The work involves the performance of a variety of laboratory testing systems provide quality laboratory test, services for pre -analytic, analytic, and post-¬analytic phases of testing. The personal services contractor for the laboratory shall comply with the qualification standards of the federal government as specified in the February 28, 1992, Federal Register; 45 C.F.R. 493.1449; and Clinical Laboratory Improvement Amendments (CLIA) of 1998, Final Rule; specifically as i5t relates to a laboratory performing high complexity testing. Occasionally must use basic formulae to set standard operating procedures, or to accommodate patients who are substantially more robust or frail than normal. The contractor occasionally devises non-standard positioning and equipment set up to accommodate patients who are suffering from illnesses, deformities, or injuries. SCOPE AND EFFECT: The purpose of the work is to operate the Laboratory's Department of the Fort Belknap Hospital and Eagle Child Health Center and assist in its goal to provide high quality laboratory treatment of patients. PERSONAL CONTACTS: Personal contacts are with patients, physicians, and with fellow employees. PURPOSE OF CONTACTS: These contacts are for the purpose of making verification procedure used are adequate to determine accuracy, precision, and other pertinent performance characteristics of quality results. Contacts with patients are to explain the procedures to be accomplished, often to patients who are unfamiliar with laboratory testing with precision results and correct positioning for testing method. Some patients are ill, injured, or nervous, which requires the personal services contractor to provide reassurance and comfort. Contact with physicians is to resolve problems concerning scheduling of patients and requested procedures. Contacts with fellow employees are to exchange information and resolve problems with equipment, procedures, and scheduling of patients. SPECIAL CONTRACT REQUIREMENTS: The Federal Tort Claims Act coverage for medical related claims is extended to the individual providing services pursuant to this contract. However, the services must be within the scope of the personal services contract. Contractors cannot serve as expert witnesses in any suit against the Federal Government. Many of the Indian Health Service 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 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 Laboratory Director performance will be measured based on the following Performance Requirements: (1) Quality of Performance; (2) Shift Coverage; (3) Documentation of Medical Records; and (4) Customer Service. The Performance Requirements will be measured against the following Government Performance Standards: (1) Provide Laboratory Services as specified in the Performance Work Statement; (2) Must be available for shift coverage when scheduled; (3) Complete medical records in accordance with Critical Access hospital accreditation standards and Fort Belknap Service Unit medical staff by-laws, rules and regulations; and (4) 5 or more customer complaints. The Method of Government Surveillance to determine compliance with the Performance Requirements are as follows: (1) Peer reviews (i.e., written evaluations) and periodic conferences between the contractor and project officer; (2) Random Sampling by the 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. PERIOD OF PERFORMANCE: November 1, 2010, through September 30, 2011. GOVERNMENT FURNISHED PROPERTY: The Department will provide orientation to the Contractor as to their specific duties and responsibilities. The Department will provide the Contractor with standard and specialized equipment and supplies needed for the performance and delivery of services including the use of a computer. The Department is responsible for getting the Contractor access and clearances to all pertinent computer services necessary to carry out his/her duties. The Department must provide the Contractor with direction and proper workloads, which are appropriate with the normal day-to-day operations in the Department. 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 Performance Work Statement; (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 original invoice to Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107 and a copy to the Project Officer at the Fort Belknap Service Unit, PHS Indian Health Center, RR 1, Box 67, Harlem, Montana 59526. 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 Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107, shall make payment. 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. CHILDCARE 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 Administrative Officer at the Fort Belknap Service Unit will conduct the character and background investigations. 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 and are included in the relative order of importance: (1) PROFESSIONAL LICENSURE (The offeror must provide evidence of a current, valid medical license in one of the U.S. states, territories, or commonwealths.) = 35 POINTS; (2) BOARD CERTIFICATION ( the offeror must submit evidence of Board Certification.) = 35 POINTS; PAST PERFORMANCE = 30 POINTS. The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. (1) = 30 POINTS; (2) Resume (Offeror must submit resume with price quote.) = 30 POINTS; (3) Past Performance Information. 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; and (8) Administrative Contracting Officer and telephone number, if applicable = 30 POINTS; and (4) Two Letters of Reference = 10 POINTS. Technical and past performance, when combined, are considered equal to cost or price. 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, 52.216-18, 52.216-19, 52.216-22, 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, 352.270-4, 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. 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. Contractors intending to conduct business with the Federal Government must register with the Department of Defense Central Contractor Registration (CCR) database prior to award. 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 or (269) 961-5757. 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 59107, no later than 2:00 p.m., on October 28, 2010. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company's name and address. Offers will also be accepted by e-mail at james.hunter@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 60 days from the date of receipt by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-11-005-JH/listing.html)
 
Place of Performance
Address: Fort Belknap Service Unit, RR#1, Box 67, 456 Gros Ventre Avenue, Harlem, Montana, 59526-9708, United States
Zip Code: 59526-9708
 
Record
SN02309984-W 20101015/101013233927-60c38a5fbbeff7c3eacfb694563d143f (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.