Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 27, 2013 FBO #4294
SOLICITATION NOTICE

Q -- Echocardiogram Interpretations - Pawnee OK - temporary waiver

Notice Date
8/25/2013
 
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, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
 
ZIP Code
73114
 
Solicitation Number
246-2013-Q-0033
 
Archive Date
9/30/2013
 
Point of Contact
Edson Yellowfish, Phone: 405-951-3888
 
E-Mail Address
edson.yellowfish@ihs.gov
(edson.yellowfish@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
childcare addendum form temporary waiver form This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotes (RFQ) 246-13-Q-0033 and is a small business set-aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69, effective 08/01/2013. The associated NAICS code is 621111, with a standard business size of $10.0M. Contractor shall provide a firm, fixed-price hourly rate for Echocardiogram Interpretation Services at the Pawnee Indian Health Center. The Indian Health Service (IHS) intends to award a firm, fixed-priced contract for a period of one year. Propose pricing per echocardiogram reading (approximate 500-1000) for one year. Approximate beginning date is September 30 2013. A. Purpose: Echocardiogram Interpretation Services for the Pawnee Health Center, 1201 Heritage Road, Pawnee, OK, The Contractor shall provide interpretations of Standard Echocardiograms and vascular studies (carotid, venous and arterial) by teleradiological means, reading of tapes, and direct observation. Interpretations shall be completed by appropriate licensed, trained and privileged personnel and dictated/transmitted in a manner that can be received into the current RPMS/EHR system. The turnaround time for all final reports will be within a 24 hour period beginning upon completion of the exam. The period of performance is approximately one year from the starting date of award. B. PROCEDURES: The vendor shall provide interpretations for the following two contracted procedures: Echocardiograms and Vascular studies. 1. Standard Echocardiograms with the use of clinic owned equipment. 2. Vascular studies (carotid, venous, and arterial) with the use of clinic owned equipment. C. HOURS OF SERVICE: Interpretation services will be provided Monday through Friday 8:00 am to 4:00 pm and completed within 24 hours of the exam. D. QUALIFICATIONS OF CONTRACTOR PERSONNEL: The Contractor shall assure that all personnel (Cardiologists) are appropriately licensed and trained to provide interpretations of standard Echocardiogram and Vascular exams. Personnel must meet State Licensure requirements and maintain ongoing training and education to maintain the appropriate level of competency. E. SPECIAL TERMS AND CONDITIONS: Contractor shall maintain the security of patient data and comply with the Privacy Act or1974. F. FAILURE OR INABILITY TO PERFORM SERVICES: The Contractor shall submit a plan which outlines a course of action, should the vendor be unable to carry out the duties outlined within the contract. G. EVALUATION OF TECHNOLOGISTS: Pawnee Health Center shall periodically evaluate the performance and professional quality of interpretations through documentation review. The Contractor shall make provision whereby unsatisfactory performance or untimely completion of interpretations will be addressed in a mutually agreed upon manner. H. REFERENCE MATERIAL: The vendor shall be required to develop familiarity and abide by current policies, procedures, by-laws, and regulations of clinical and medical staff of Pawnee Health Center in regards to documentation and safe guarding of patient information. These are available upon request from the Clinical Director at the USPHS Pawnee Health Center, 1201 Heritage Circle, Pawnee, OK 74058, telephone 918-762-6685. I. EXTENT OF OBLIGATION: The United States Government is obligated only for the authorized services listed in Item A and B. Any modification to this contract will require prior approval by both parties before any additional obligations of the Government are incurred. J. NEGOTIATED AUTHORITY: The appropriate contract authority is 41 USC 253. K. INVOICES: An original invoice shall be submitted upon completion of services to: Oklahoma City Area Indian Health Service Office of Financial Management Attn: Denise Karr 701 Market Drive Oklahoma City, OK 73114 With a courtesy copy to: Pawnee Health Center Att: Sharla Van Winkle 1201 Heritage Circle Pawnee, OK 74058 918-762-6687 FAX 918-762-6685 PHONE Vendor understands the Government pays only for the actual service performed. The Vendor agrees to include the following information on each invoice: 1. Vendor name 2. Invoice Date 3. Purchase Order number 4. Description of services 5. Quantity of services 6. Cost 7. Payment terms 8. Where practicable, name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. L. INVOICE PAYMENT: Payment will be made on this contract as close as possible to, but not later than thirty (30) calendar days after an invoice containing the information set forth in the invoice submission article of this contract is received in the payment office designated in this contract. An invoice will be deemed received on the latter of: The date the invoice is actually received in the designated payment office, or the date on which the government accepts the property or the services required under this contract.Unless a different time period is stated elsewhere in this contract, inspection/acceptance required by this contract will be complete by the government not later than five (5) Government working days after the services are rendered. Payment shall be made within thirty (30) days after the last day of the month during which this invoice covers. M. FAR 52.237-7 INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE (JAN 1997) (a) It is expressly agreed and understood that this is a non-personal service contract, as defined in Federal Acquisition Regulation (FAR) 37.101, under which the (b) Professional services rendered by the Contractor are rendered in its capacity as an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over professional aspects of the services rendered, including by example, the Contractor's professional medical judgment, diagnosis, or specific medical treatments. The Contractor shall be solely liable for and expressly agrees to Indemnify the Government with respect to it or by its employees or agents. The Contractor shall maintain during the term of this contract liability insurance issued by a responsible insurance carrier of not less than the following amount(s) per specialty per occurrence: $1,000,000.00 per occurrence/$3,000,000 aggregate. (c) An apparently successful offeror, upon request by the Contracting Officer, shall furnish prior to contract award evidence of its insurability concerning the medical liability insurance required by paragraph (a) of this clause. (d) Liability insurance may be on either an occurrence basis or on a claims-made basis. If the policy is on a claims-made basis, an extended reporting endorsement (tail) for a period of not less that 3 years after the end of the contract term must also be provided. (e) Evidence of insurance documenting the required coverage for each health care provider who will perform under this contract shall be provided to the Contracting Officer prior to the commencement of services under this contract. If the insurance is on a claims-made basis and evidence of an extended reporting endorsement is not provided prior to the commencement of services, evidence of such endorsement shall be provided to the Contracting Officer prior to the expiration of this contract. Final payment under this contract shall be withheld until evidence of the extended reporting endorsement is provided to the Contracting Officer. (f) The policies evidencing required insurance shall also contain an endorsement to the effect that any cancellation or material change adversely affecting the Government's interest shall not be effective until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer. If during the performance period of the contract the Contractor changes insurance providers, the Contractor must provide evidence that the Government will be indemnified to the limits specified in paragraph (a) of this clause, for the entire period of the contract, either under the new policy, or a combination of old and new policies. The Contractor shall insert the substance of this clause, including this paragraph (f), in all subcontracts under this contract for health care services and shall require such subcontractors to provide evidence of and maintain insurance in accordance with paragraph (a) of this clause. At least 5 days before the commencement of work by any subcontractor, the Contractor shall Furnish to the Contracting Officer evidence of such insurance. N. FAR 52.224.2 PRIVACY ACT (APRIL 1984) (a) The Contractor agrees to--- (1) Comply with the Privacy Act of 1974 (the Act) and the agency rules and regulations issued under the Act in the design, development, or operation of any system of records on individuals to accomplish an agency function when the contract specifically identifies--- i) The systems of records; and ii) The design, development or operation work that the contractor is to perform (2) Include the Privacy Act notification contained in this contract in every solicitation and resulting subcontract and in every subcontract awarded without a solicitation, when the work statement in the proposed subcontract requires the design, development, or operation of a system of records on individuals that is subject to the Act; and (3) Include this clause, including this subparagraph (3), in all subcontracts warded under this contract which requires the design, development, or operation of such a system of records. (b) In the event of violations of the Act, a civil action may be brought against the agency involved when the violation concerns the design, development, or operation of a system of records on individuals to accomplish an agency function, and criminal penalties may be imposed upon the officers or employees of the agency when the violation concerns the operation of a system of records on individuals to accomplish an agency function. For purposes of the Act, when the contract is for the operation of a system of records on individuals to accomplish an agency function, the Contractor is considered to be an employee of the agency. (1) Operation of a system of records," as used in this clause, means performance of any of The activities associated with maintaining the system of records, including the collection, use, and dissemination of records. (2) "Record," as used in this clause, means any item, collection, or grouping of information about an individual that is maintained by an agency, including, but not limited to, education, financial transactions, medical history, and criminal or employment history and that contains the person's name, or identifying number, symbol, or other identifying particular assigned to the individual, such as a fingerprint or voiceprint or a photograph. (3) "System of records on individuals," as used in this clause, means a group of any records under the control of any agency from which information is retrieved by the name of the individual or by some identifying number, symbol, or other identifying particular assigned to the individual. O. CONTACT WITH INDIAN CHILDREN Individuals providing services which involves regular contact with, or control over, Indian children, are subject to a character investigation. IHS personnel offices will conduct these investigations following award of non- personal services 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 Contracting Officer has been notified of the result of the investigation, such individuals shall not have unsupervised contact with Indian Children. CLAUSES INCOPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisitions Regulations (HHSAR) can be accessed on the Internet at hhtp://www.farsite.hill.af.mil. The provisions of 52.212-1, Instructions to Offerors - Commercial Items (JUL 2013), applies to this acquisition. In addition to the information required in FAR 52.212, Contractors MUST provide the following: (1) completed "Temporary Waiver of Character Investigation" and "Declaration for Federal Employment" form (attached); (2) verification of medical liability insurance; (3) two past performance references to include the contract name and phone number, contract number, company name, brief description of project; (4) Dun and Bradstreet Number (note: Contractors must be registered in the System for Award Management (SAM) to be eligible for award. This can be done at https://www.sam.gov/portal/public/SAM/). Failure to do so will deem the quote as unacceptable. The provisions of 52.212-2, Evaluation - Commercial Items (Jan 1999) applies to this acquisition. The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Price; (2) Professional Licensure (Offeror must have a current, unrestricted State license, and must provide evidence of medical license); (3) Two Letters of Reference (Offeror must provide at least two letters of reference from other health care providers familiar with the contractors' skills. One letter must be from the Chief of Staff or another Staff member at the hospital in which the contractor either currently or last held staff privileges); (4) Past Performance (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 two 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/Project Manager and telephone number, if applicable. Award will be made to the lowest-priced, technically acceptable Offeror. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certification - Commercial Items (Aug 2013) or indicate certifications in ORCA at https://orca.bpn.gov/. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jul 2013), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 Central Contractor Registration (Apr 2008), 52.204-8 Annual Representations and Certifications (Feb 2009), 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007), 52.223-6 Drug-free Workplace (May 2001), 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997); 352.202-1 Definitions (Jan 2006), 352.215-1 Instructions to Offerors-Competitive Acquisition, 352.223-70 Safety and Health (Jan 2006), 352.224-70 Confidentiality of Information (Jan 2006), 352.270-11 Privacy Act (Jan 2006), 352.270-12 Pro-Children Act (Jan 2006), 352.270-13 Tobacco-free facilities (Jan 2006), 352.270-17 Crime Control Act - Reporting of Child Abuse (Jan 2006) and 352.270-18 Crime Control Act - Requirement for Background Checks (Jan 2006). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Aug 2013) applies to this acquisition. The following FAR and HHSAR clauses apply: 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); Affirmative Action for Workers with Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Feb 2009); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Quotes are due by 4:30 PM CST, September 6 2013, and must be delivered via Federal Express or UPS to the Indian Health Service, Division of Acquisition Management, 701 Market Drive, Suite 242A, Oklahoma City OK 73114, Attn: Edson Yellowfish. Questions concerning this solicitation may be addressed to Edson Yellowfish at 405.951.3888. Contracting Office Address: 701 Market Drive, Suite 242A, Oklahoma City, OK 73114. Place of performance: Pawnee Indian Health Center, 1201 Heritage Circle, Pawnee OK 74058. Primary point of contact: Edson Yellowfish, Contract Specialist, edson.yellowfish@ihs.gov Phone 405.951.3888. THE INDIAN HEALTH SERVICE WILL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THESE EVALUATION CRITERIA AS FOLLOWS: A) Registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/) B) Propose and provide an all inclusive rate for services. The estimated quantity is 500-1000 echocardiogram readings per year, with an estimated start date of September 30 2013. C) Provide a "Temporary Waiver of Character Investigation" form, and "Declaration for Federal Employment." (attached) D) Certifications in ORCA at https://orca@bpn.gov E) Current License F) Medical Liability Insurance G) Past performance references H) Two letters of reference
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-2013-Q-0033/listing.html)
 
Place of Performance
Address: Pawnee Indian Health Center, 1201 Heritage Circle, Pawnee, Oklahoma, 74058, United States
Zip Code: 74058
 
Record
SN03161532-W 20130827/130825233224-8a2a9ff4ccbe08d05faf3c2a54797144 (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.