Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2011 FBO #3675
SOLICITATION NOTICE

Q -- LICENSED COUNSELOR OR CLINICAL SOCIAL WORKER - FAR provision 52.212-3

Notice Date
12/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621330 — Offices of Mental Health Practitioners (except Physicians)
 
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-10-12-027-REL
 
Archive Date
1/13/2012
 
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 (NOV 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 commercial item contract in response to Request for Quotation (RFQ)-10-12-027-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 2005-54. The associated North American Industry Classification System code is 621330 and the small business size standard is $7.0 million. Potential offerors shall propose an all inclusive hourly rate. PRICE SCHEDULE - LICENSED PROFESSIONAL COUNSELOR OR LICENSED CLINICAL SOCIAL WORKER: BASE YEAR: 1600 hours @ $___________________ per hour = $________________________; OPTION YEAR ONE: 1600 hours @ $___________________ = $________________________; OPTION YEAR TWO: 1600 hours @ $___________________ per hour = $________________________; OPTION YEAR THREE: 1600 hours @ $___________________ = $________________________; OPTION YEAR FOUR: 1600 hours @ $___________________ per hour = $________________________; GRAND TOTAL: $________________________. PERIOD OF PERFORMANCE: January 1, 2012, through December 31, 2012, with four 12-month options. PURPOSE OF THE CONTRACT: The purpose of this acquisition is to contract for a Licensed Professional Counselor or Licensed Clinical Social Worker for the Wind River Service Unit, PHS Indian Health Centers at Fort Washakie and Arapahoe, Wyoming. WORK SCHEDULE: The Contractor shall work from 8:00 a.m. to 4:45 p.m., Monday through Friday which includes 3 days per week (24 hrs) at the Arapaho Clinic and 2 days per week (16 hrs) at the Fort Washakie Clinic. STATEMENT OF WORK: Provide psychology services on-site at the Wind River Service Unit facilities. The Contractor shall provide patient services to the Fort Washakie Health Center, Fort Washakie, Wyoming 2 days weekly between the hours of 8:00 am and 4:45 pm; and at the Arapahoe Health Center, Arapahoe, Wyoming 3 days every week between the hours of 8:00 am and 4:45 pm. The Contractor shall take appropriate histories, perform an appropriate examination (including diagnosis) and institute appropriate psychological treatment. The Contractor shall document patient findings in the patient's electronic health record or medical chart. The written consultation shall include the findings, impressions, and recommendations about the management of the patients care. The Government will provide space, support assistance, laboratory services, and pharmacy services. Price will be per hour inclusifve of transportation, food, lodging, fringe benefits, insuance, etc. The services include: (A) Diagnostic Evaluation; (B) Psychological Counseling; (C) Case Consultation to Mental Health and Medical Staff; and (D) Independent review of the following cases for appropriateness of referral, diagnosis, and treatment including: (1) After-hour emergency cases; (2) Referrals to inpatient services; and (3) Referrals to State Hospital for substance abuse/dual diagnosis treatment. KNOWLEDGE AND EXPERIENCE REQUIRED: Must be a licensed professional counselor or clinical social worker. Must be able to treat all patients across the life-span. A therapist who has had experience treating Native American clients is preferred. A provider with experience in formal psychological testing is preferred. A provider expeienced in treatment of children and youth is preferred. The Contractor must apply for medical staff privileges at the local Service Unit. Must have experience in psychology quality assurance processes and independent record review. SUPERVISION: The Contractor's immediate supervisor will be Phill Rector, PhD, Behavioral Health Director, WRSU. Monitoring of contract compliance and appropriate recordkeeping will be demonstrated using time and attendance logs, meeting minutes, sign-in/sign out sheets or any other appropriate records. Phill Rector will be responsible for conveying contact compliance to the Contracting Officer's Technical Representative (COTR). SUPERVISOR: Phill Rector, PhD., Behavioral Health Director; ALTERNATE: SUPERVISOR: Marilyn Scott, FNP, Clincial Director. GUIDELINES: Guidelines available include Public Health Service Regulations and the Indian Health Manual, procedures, guidelines, and policies for a number of issues. In addition, traditional and currently accepted medical practices are available in the form of specialty consultation, medical journals, and textbooks. The Contractor's judgment is the key factor in determining whether guidelines are to be adhered to or deviated from or whether new guidelines need to be developed. COMPLEXITY: The work consists of the broad general practice of psychology, involving diagnosis and treatment of behavioral health patients with a wide variety of cognitive and emotional problems. The work is characterized by its intensity of effort and involves both episodic and preventive care carried on concurrently in the outpatient setting. The work is often difficult to perform because of fear and skepticism by patients, undefined or ill-defined problems presenting in advanced stages, and often conflicting data. The work requires continued efforts to establish programs and to resolve problems often associated with chronic medical problems among the population served. SCOPE AND EFFECT: The purpose of the contract is to examine and treat patients in an outpatient clinic setting as an alternative to more restrictive (e.g., hospital) environments, and its proper functioning has direct bearing on the emotional and physical well being of patients, their families and local community. PERSONAL CONTACTS: Personal contacts include patients, patient's families, IHS employees, and representatives of other federal organizations including PHS hospitals, and IHS Area Office; representatives of non-federal organizations and individuals, including medical and administrative staffs of referral hospitals, tribal representatives, and other non-federal medical personnel. PURPOSE OF CONTACTS: Personal contacts are to elicit pertinent medical information from patients, who are sometimes uncooperative, skeptical or fearful. In this regard, the Contractor must be skillful in securing sufficient information upon which he/she bases his/her diagnosis and treatment. In addition, a significant amount of contact involves resolution of problems in treatment of patients through discussion with consulting specialists, federal state health officials, and patients families, each with their own set of beliefs, objectives and goals. The Contractor must also be skillful in assuring compliance with his/her recommended plan of treatment in the face of skepticism and indifference on the part of many patients. PHYSICAL DEMANDS: The work requires some physical exertion and stamina, and involves extensive walking, standing, bending, and similar activities. It is a matter of course that physical and emotional stress on the Contractor may be extreme at times. It is the Contractor's responsibility to inform the Indian Health Service, Wind River Service Unit if his/her ability to cope with thes stresses is being exceeded. WORK ENVIRONMENT: The work is performed in a clinic setting, with continual exposure to patients having a variety of illnesses and communicable diseases. May involve exposure to potientially violent person. 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 pertinent computer services necessary to carry out his/her duties. 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. 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 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 have 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 childrens 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. Fingerprints must also be taken as part of the pre-employment process and must be completed before the psychologist is allowed to work. The fingerprint check should be coordinated with the Administrative Officer. 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. 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 the 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) CURRENT, UNRESTRICTED STATE LICENSE = 35 POINTS. Potential contractors must submit a copy of State license with the price quote; (2) RESUME OR CURRICULUM VITAE = 35 POINTS. Potential contractors must submit resume or CV with price quote (resume/CV 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 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, 52.227-14, 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, 352.201-70, 352.202-1, 352.203-70, 352.215-1, 352.215-70, 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, 52.204-10, 52.209-6, 52.209-10, 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, 52.222-40, 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 December 29, 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-10-12-027-REL/listing.html)
 
Record
SN02639530-W 20111217/111215233918-23a3659e688358bec3635808e5b1eb5f (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.