Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2013 FBO #4310
SOLICITATION NOTICE

R -- CONTRACT HEALTH SERVICE (CHS) TECHNICIAN - FAR provision 52.212-3

Notice Date
9/10/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
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-10-13-049-REL
 
Archive Date
10/10/2013
 
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
N/A
 
Description
Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2013) 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. The procurement is being conducted pursuant to the authority of FAR Part 13, Simplified Acquisition Procedures; 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)-10-13-049-REL. The solicitation is restricted to 51% Indian owned (Native American/American Indian) business concerns in accordance with the Buy Indian Act (25 U.S.C. 47). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. The associated North American Industry Classification System code is 561320 and the small business size standard is $25.5 million. PRICE SCHEDULE - CONTRACT HEALTH SERVICE (CHS) TECHNICIAN: Potential contractors shall propose an all inclusive hourly rate. BASE YEAR: 2080 hours @ $______________ per hour = $___________________; PERIOD OF PERFORMANCE: The performance of this contract shall be from October 1, 2013, through September 30, 2014. PURPOSE OF THE CONTRACT: The purpose of this acquisition is to acquire a Contract Health Service (CHS) Technician for the Northern Cheyenne Contract Health Service (CHS) Program at the Northern Cheyenne Service Unit, P.O. Box 70, 100 Cheyenne Avenue, Lame Deer, Montana 59043. WORK SCHEDULE: The tour of duty is eight (8) hours per day, Monday through Friday, or as needed by Supervisor. The work schedule will be coordinated between the Contractor and the Supervisor. There will be no Holiday, Overtime or Callback paid to the Contractor. The Contractor does not earn or accrue annual leave or sick leave and is not entitled to any health or life insurance, retirement or other benefits or deductions inherent to permanent federal employees. As a contract employee, the Government will withhold 7.65% of each contract payment for Social Security and Medicare taxes as well as withholdings for Federal and State income taxes. It is the Contractor's responsibility to have the remaining taxes withheld and to pay the taxes during the term of the contract. STATEMENT OF WORK: The Contractor provides staff assistance to the Contract Health Service (CHS) Office on administrative procedures and control measures. MAJOR DUTIES: Initiates and distributes medical authorizations including both hospital and professional fees after determining patient eligibility for CHS. Authorizations must be thoroughly reviewed for patient information and clinical data. Proper distribution and/or routing is essential in the management of medical authorizations. Completes and maintains applicable patient information for medical care. Prepares denials based on applicable CHS regulations, policies and practices. Utilizes the CHS automated software system - CHS/MIS/EHR/RPMS to enter medical and financial data. Handles incoming calls, personally handles routine matters requiring technical knowledge or which require searching office records and contacts with other personnel to reach CHS eligibility determination, defers all difficult cases to CHS supervisor. Communicates with medical providers regarding claims and fiscal intermediary regarding payment status, initiates and follows through with steps necessary to resolve payment issues. Explains regulations and policies to health service vendors and recipients. Prepares information necessary for medical review to determine medical priority for CHS decision in accordance with federal CHS rules, regulations and established policies and procedures. Obtains information via telephone or personal inquiries on the status of patient billing; i.e., charges, payments and outstanding balances. Assists with preparation of high cost Catastrophic Health Emergency Fund (CHEF) cases. Screens and verifies CHS notifications, invoices of medical vendors, emergency room notes and patient discharge summaries to ensure medical services meet medical priorities prior to issuing CHS authorization and/or denial. Calculates estimated charges, prepares and issues appropriate purchase orders or denials with supporting medical justification. Refers questionable cases to CHS supervisor for medical review and/or decision. Communicates orally, and in writing, with individual Indian patients, medical providers and members of the community with a vested interest. Initiates and submits all mandatory correspondence and reports to CHS supervisor and Billings Area CHS Office in a timely manner. The maintenance of documents will be in accordance with established file system and will be maintained for historical records by the department. SUPERVISION: The Contractor is subject to the supervision and direction of the Financial Management Analyst or her designee. The supervisor will verify that all services have been received and delivered. The supervisor will define the assignments (including procedures and methods to be used), priorities, and deadlines. The supervisor will assist the contractor with difficult or controversial aspects of the job requirement. Final work will be reviewed, as necessary, for conformance to policies, regulations, and timeliness. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide the Contractor with the following: (1) Office space including a telephone; (2) access to standard and specialized equipment including a computer, copy machines, and facsimile machines. The CHS Office will be responsible for getting the Contractor access and clearance to all pertinent computer services necessary to carry out his/her duties; (3) office supplies; (4) when authorized, travel costs and any other transportation expenses, in accordance with the Federal Travel Regulations (41 C.F.R. Chapter 300 through 304); and (5) if necessary, authority to use a General Services Administration (GSA) vehicle, for official purposes only. The Contractor will be required to provide evidence of motor vehicle liability insurance covering bodily injury and property damage to protect the Contractor and the Government against third-party claims arising from the operation of all GSA vehicles used in connection with the contract. The Contractor shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The Contractor shall comply with the requirements of FAR Subpart 51.2, 41 CFR 101-39, 41 CFR 102-34, and the operator's packet furnished with each vehicle. 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. Access/clearance to all pertinent computer systems, including completing a Business Partner Interconnection Security Agreement (BPISA), should be coordinated with the Service Unit Site Manager or LeAnn Christianson, contract Information System Security Officer (ISSO) in the Office of Information Management (OIM) at the Billings Area Office. LeAnn can be reached at (406) 247-7166 or by e-mail at LeAnn.Christianson@ihs.gov. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes has been made 15 days after each quarter. 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 REPRESENTATIVE (COR): The COR 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 Contracting Officer's Representative (COR). The Contractor agrees to include the following information on each invoice: (1) Contractor's name, address, telephone number and e-mail address; (2) Contract Number; (3) Invoice number and date; (4) Dates of Service including the number of hours worked and total amount due; and (5) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. 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. 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. The character and background investigations will be conducted by the Service Unit. Fingerprints must be taken as part of the pre-employment process and must be completed before the CHS Technician is allowed to work. 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) KNOWLEDGE OF IHS CONTRACT HEALTH SERVICE PROGRAM = 40 POINTS; (2) EXPERIENCE WITH MICROSOFT WORD AND MICROSOFT EXCEL PROGRAMS = 30 POINTS; (3) PAST EXPERIENCE WITH GOVERNMENT CONTRACT HEALTH SERVICE PROGRAM, POLICIES, AND PROCEDURES OR OTHER RELATED EXPERIENCE WITH ADMINISTRATIVE ASSISTANT DUTIES (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 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 Manager and telephone number, if applicable; and (8) Administrative Contracting Officer and telephone number, if applicable = 30 POINTS. 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: 52.204-7, 52.204-9, 52.204-10, 52.204-13, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.225-25, 52.227-14, 52.227-17, 52.228-5, 52.229-3, 52.232-3, 52.232-18, 52.232-39, 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, 352.215-1, 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, 352.239-72, 352.239-73, 352.242-71, 352.242-72, 352.242-73, and 352.270-2. 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, 52.219-8, 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 copy of a Certificate of Degree of Indian Blood (CDIB) and a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must register with the System for Award Management (SAM). SAM replaces the Department of Defense's Central Contractor Registration (CCR) database. SAM is now the primary Government repository, which retains information on Government contractors. You may register via the Internet at www.sam.gov. 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 September 25, 2013. 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 RFP. 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-10-13-049-REL/listing.html)
 
Record
SN03181153-W 20130912/130910234833-be6a3da427a720796a115b5959211e1d (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.