Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2011 FBO #3486
SOLICITATION NOTICE

Q -- PSYCHIATRIC NURSE PRACTITIONER - FAR provision 52.212-3

Notice Date
6/9/2011
 
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-10-11-031-REL
 
Archive Date
7/8/2011
 
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 (APR 2011) 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)); and 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). 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 personal services commercial item contract in response to Request for Quotation (RFQ) 10-11-031-REL. The solicitation is restricted to 100% Small Business concerns. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. The associated North American Industry Classification System code is 621399 and the small business size standard is $7.0 million. The proposed daily rates must be inclusive of transportation, food, lodging, et cetera. PRICE SCHEDULE - PSYCHIATRIC NURSE PRACTITIONER: BASE YEAR: 24 DAYS @ $___________________ per day = $________________________; OPTION YEAR ONE: 24 DAYS @ $___________________ per day = $________________________; OPTION YEAR TWO: 24 DAYS @ $___________________ per day = $________________________; OPTION YEAR THREE: 24 DAYS @ $___________________ per day = $_________________________; GRAND TOTAL: $________________________. WORK SCHEDULE: Two days per month (The work schedule will be coordinated with the Supervisor after the contract is awarded). STATEMENT OF WORK: Functions in capacity as Clinical Adolescent Psychiatric Consultant to the outpatient behavioral health department at the Fort Peck Indian Health Service Outpatient Clinics. Collaborates with medical staff, providing psychiatric oversight over all levels of outpatient, referral and emergency services. Performs duties as a practitioner and consultant in Psychiatry with emphasis on problems of all levels of complexity to include child and adolescent patients. Examines, diagnoses, treats and follows outpatients with neuropsychiatric problems of all complexities. May be required to deliver care to specialized populations such as those with developmental disabilities or chemical dependency. Provides continuing follow-up care for chronic outpatients with acute disorders and complications of these disorders such as psychosis, organic brain syndrome, substance abuse/addictions, etc. Provides psychiatric care for walk-in patients presenting with acute illnesses of minor and major proportions. Provides staff expertise in psychotherapeutic management that is pertinent in a wide variety of circumstances, to include management of patient with psychiatric disorders. Based on post-graduate training in Psychiatry, examines and conducts thorough studies of presenting patients; evaluates laboratory and clinic, prescribing appropriate treatment or referring patient to appropriate specialty clinic. Collaborates with physicians in other medical specialties on eases involving complicated and multifaceted problems. Follows through on all cases to insure effective comprehensive psychiatric services required. Actively participates in Quality Assurance studies in areas of responsibility. KNOWLEDGE REQUIRED BY THE POSITION: Degree in Medicine or Other Graduate Degree such as a Masters in Psychiatric Nursing or Masters in Psychopharmacology leading toward licensure to prescribe medications to treat psychiatric disorders. Completion of practicum and possession of credentials from accrediting bodies necessary to prescribe medications to treat psychiatric disorders. Ability to assume complicated management problems in outpatient clinic setting. The contract employee is subject to pre-employment credentialing. The contract employee must have ability to operate electronic health records (EHR) software and type clinical records into a computer in a timely fashion. Licensure is required and it is the responsibility of the contract employee to maintain a current license without any restrictions. SUPERVISORY CONTROL: Functions under the administrative direction of the Behavioral Health Director, who outlines the general scope of professional services and administrative policies. Assists Behavioral Health Staff in the management of difficult complex cases. Work is evaluated through professional discussions and review of medical records by the Behavioral Health Director, other various clinical services and through peer review and audit procedures established for psychiatric care at the Service Unit. GUIDELINES: The contract employee works within the framework of approved medical and psychiatric practices and makes judgments in the treatment of patients. COMPLEXITY: Typically, cases will cover all levels of complexity in Psychiatry. The contract employee will be responsible for evaluation of seriously ill patients who may present as a walk-in. The contract employee will be responsible for appropriate disposition of such patients. SCOPE AND EFFECT: The work accomplished by the position affects the image of the Service Unit and the psychiatric care patients received. PERSONAL CONTACTS: Contacts are with patients, families, other Behavioral Health professionals, IHS staff, and persons of voluntary or non-voluntary organizations. PURPOSE OF CONTACTS: To provide comprehensive medical care to patients as well as for counseling and educating physicians, house staff physicians, nurses, and paramedical personnel. PHYSICAL DEMANDS: Spends long periods of time sitting with periods of intense concentration while providing services to patients. WORK ENVIRONMENT: Work is performed in the clinics on the Fort Peck Reservation which includes the Chief Redstone Health Center and the Verne E. Gibbs Health Center. The contract employee will work in a well lighted and heated/cooled office. 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 (FTCA) coverage for medical related claims is extended to the individual providing the services. However, the services must have been performed within the scope of the personal services contract. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes has been made 15 days after each quarter. PERIOD OF PERFORMANCE: Date of Award through June 30, 2012, with three 12-month option. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all necessary equipment and supplies. The Fort Peck Service Unit will be responsible for getting the Contractor access and clearance to all computer services necessary to carry out his/her duties. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR): The COTR 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 COTR at the Fort Peck Service Unit. The Contractor agrees to include the following information on each invoice: (1) Contractor's name, address and e-mail 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. The Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107, shall make payment. 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. Access/clearance to all pertinent computer systems, including completing a Business Partner Interconnection Security Agreement (BPISA), should be coordinated with the Site Manager. 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 Administrative Officer at the Service Unit will conduct the character and background investigations. Fingerprints must also be taken as part of the pre-employment process and must be completed before the Psychiatric Nurse Practitioner is allowed to work. The fingerprint check should be coordinated with the Administrative Officer as well. 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) LICENSE = 40 Points. Offerors must provide evidence of current unrestricted State license; (2) RESUME = 30 Points. Resume must include information relating to: (a) Professional Education; (b) Certifications; and (c) Previous jobs; 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 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, 52.227-14, 52.227-17, 52.228-5, 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, 52.251-1, 52.251-2, 352.201-70, 352.202-1, 352.203-70, 352.222-70, 352.223-70, 352.224-70, 352.227-70, 352.231-71, 352.237-70, 352.237-71, 352.237-72, 352.239-73, 352.242-71, 352.242-72, 352.242-73, 352.270-2 and 352.270-3. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.209-6, 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, 52.222-40, 52.222-54, 52.223-18, 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 https://www.acquisition.gov/ and http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3524d214210697effd2fd5c77848a806&rgn=div5&view=text&node=48:4.0.1.8.33&idno=48. 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 https://www.bpn.gov/CCR/default.aspx 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 59101, no later than 2:00 p.m., on June 23, 2011. 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 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-10-11-031-REL/listing.html)
 
Record
SN02468110-W 20110611/110609234300-e20039851b2c676daef18ca3e671d101 (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.