Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
SOLICITATION NOTICE

Q -- FAMILY PRACTICE OR INTERNAL MEDICINE PHYSICIAN - FAR provision 52.212-3

Notice Date
7/22/2016
 
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-10-16-060-REL
 
Archive Date
8/13/2016
 
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 (JUL 2016). This provision must be completed and submitted with the offer if the electronic Representations and Certifications section of the System for Award Management (SAM) is not completed. 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 (41 U.S.C. 3305, 3306, and Chapter 37); FAR Part 12, Acquisition of Commercial Items (41 U.S.C. 1906 and 1907)); 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; proposals are being requested and 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)-10-16-060-REL. The solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. The associated North American Industry Classification System code is 561320 and the small business size standard is $27.5 million. PRICE SCHEDULE: FAMILY PRACTICE OR INTERNAL MEDICINE PHYSICIAN BASE YEAR: 320 hours @ $_______________ per hour = $____________________. OPTION YEAR ONE: 2080 hours @ $_______________ per hour = $____________________. OPTION YEAR TWO: 2080 hours @ $_______________ per hour = $____________________. GRAND TOTAL: $____________________. PERIOD OF PERFORMANCE: August 2016, through September 30, 2016, with two 12-month options. WORK SCHEDULE: 8-hour shifts, Monday - Friday, 8:00 - 4:30 p.m. Occasional evening clinic rotation: 10-hour shifts, Monday - Thursday, 8:30 - 7:00 p.m.; not to exceed 40 hours LOCATION OF THE CONTRACT: The Locum Services are located at the Northern Cheyenne Service Unit, PHS Indian Health Center, 420 North Cheyenne Avenue, Lame Deer, Montana. The Northern Cheyenne Service Unit is a small ambulatory outpatient clinic with 24/7 emergency room services. The Service Unit is not an inpatient facility and patients needing inpatient services will be transferred to the nearest Indian Health Service facility 40 miles away or to Billings, Montana which is 100 miles away. STATEMENT OF WORK: The services are located at the Northern Cheyenne Service Unit in Lame Deer, Montana. The Northern Cheyenne Service Unit is an Indian Health Service (IHS) facility and accredited by AAAHC. The Northern Cheyenne Service Unit is a small ambulatory outpatient clinic with 24/7 Urgent Care/Emergency services. The Northern Cheyenne Service Unit is not an inpatient facility so patients needing inpatient services will be transferred to the nearest IHS facility 40 miles away or to Billings, Montana 100 miles away. This contract is to cover services in the Outpatient Clinic, Monday - Friday, 8:00 - 4:30. The locum will not be working shifts in the Urgent Care. The average patients seen per day by the locum will be 12-16. Appointment length is 30 minutes. The locum will be working with a registered nurse and health technician. Housing is available across the street from the facility. The hourly rate submitted by the contractor must be inclusive of travel, per diem, lodging et cetera. Major Duties: Examine and diagnoses health related conditions of individuals presenting themselves for care; refers individuals for consultation when appropriate; prescribes and carries out, therapy in conformance with approved clinical privileges and Billings Area/IHS policy. Educates individuals in the nature of health related conditions, recommended therapy, and the general promotion of health and prevention of illness/disease. Conducts initial and periodic health examinations for finding physical defects in need of correction, and prescribes and implements remedial treatments required to correct these defects. Administers immunizations to patients in compliance with established IHS and Billings Area policy. Makes necessary arrangements and authorizes admission of patients to the appropriate hospital. This includes authorization for admission to contract facilities for emergency medical care and surgery. Keeps the Chief Executive Officer or designee, informed of Purchased/Referred Care (PRC) admissions. Records patient-provider transactions in the problem oriented medical record format and completes required data collection instruments, referrals, and medical records as required. Assists in the provision of continuing education, on-the-job training, and orientation of Indian Health Service and Tribal staff as required. Assists in the provision of technical/professional assistance to Tribal and community groups as required. Refers patients and their families to Community Health Services personnel as appropriate to their continued care and follow-up. Participates, as required, in Service Unit/Area meetings to develop new, modify existing, and evaluate medical procedures and processes relative to assurance of quality patient care. Routine duties shall include providing medical care and public health services to individuals eligible for services provided by the IHS in homes, schools, clinics, job sites, and other community locations within the Service Unit area. KNOWLEDGE REQUIRED BY THE POSITION: The locum, in addition to a thorough knowledge of the general medical fields including working knowledge of the major primary care fields of internal medicine, obstetrics and gynecology, and pediatrics, in order to treat a majority of patients, must possess a specialized knowledge of the concepts, principles and practices of Family Practice/Internal Medicine, such as is obtained through the successful completion of a course of study leading to the Degree of Doctor of Medicine or Osteopathy at an approved school of medicine or osteopathy and the successful completion of post graduate training in family practice/internal medicine in an approved residency program. The locum must possess the following for Family Practice/Internal Medicine: (1) Successful completion of an approved 3-4 year residency or other accredited training in Family Practice/Internal Medicine; (2) Must possess a license to practice medicine in the United States; and (3) Must have current certification in BLS/ACLS/PALS. Knowledge and ability necessary to provide care appropriate to the age of patients served. The locum demonstrates knowledge of the principles of growth and development over the life span. Ability to identify and categorize each patient's age-specific grouping of needs; i.e., infant, adolescent, or geriatric patients. SUPERVISION: The supervisor assigns work in terms of objectives to be met, with little or no instruction. Technical guidance is provided by contract consultants in the special areas of medicine. Work accomplished by the locum is considered definitive, technically authoritative and usually accepted without review. The work is evaluated through the Quality Assurance Program of the Medical Staff of the Service Unit. SUPERVISOR: Chief Executive Officer GUIDELINES: Guidelines available include PHS, IHS, Billings Area, Service Unit, and Medical Staff regulations, policies, procedures, and by-laws. In addition, traditional and currently accepted medical practices are available in the form of specialty consultation, medical journals, and textbooks. In nearly all cases, however, the physician's judgment is the key factor in determining whether guidelines are to be adhered to, or deviated, or whether guides need to be developed to protect the interests of the patient. COMPLEXITY: The work consists of a broad general practice of medicine, involving diagnosis and treatment of inpatients and outpatients with an extremely wide variety of physical and emotional problems and includes the broad functions of medicine: education, prevention, cure and rehabilitation, in addition to the practice within the Family Practice/Internal Medicine specialty. Assignments are characterized by breadth and intensity of effort and generally involve the simultaneous application of multiple distinct skills, knowledge, and abilities in the care of one or more patients. The work is often difficult and further complicated by the fear and skepticism of patients, undefined or ill-defined problems presented in advanced stages, and conflicting data. The work requires continued efforts to establish programs to resolve chronic medical problems among the population served. SCOPE AND EFFECT: The work effects the health and well-being of individuals on an immediate basis; and impacts the health status of the community on a broad basis. PERSONAL CONTACTS: Personal contacts are with patients, other employees, representatives of other Federal, State and Tribal health organizations, and administrators and physicians from the private sector. The contacts are made with individuals and occasionally groups in moderately unstructured setting. PURPOSE OF CONTACTS: The purpose of contacts with individuals and groups is to educate, influence, and motivate the individuals and groups to understand and to accept recommended medical therapies. PHYSICAL DEMANDS: The work requires long periods of standing and recurring bending, crouching, stooping, stretching, and reaching. Patients may be required to be lifted bodily from time to time. WORK ENVIRONMENT: Work environment in a medical facility includes exposure to communicable diseases, intoxicated and/or violent patients. Personal protective equipment and guidelines to prevent disease transmission are provided. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all necessary equipment and supplies. The Northern Cheyenne Service Unit will be responsible for getting the Contractor access and clearance to all 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 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 the Security Checklist, Rules of Behavior form, Security training; and if necessary, a Business Partner Interconnection Security Agreement (BPISA), should be coordinated with the Service Unit. 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 Contracting Officer's Representative (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 invoices to the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107, with a courtesy copy to the Contracting Officer's Representative (COR). The Contractor agrees to include the following information on each invoice: (1) Contractor's name and address; (2) Contact name, title, and telephone number; (3) Contract Number; (4) Invoice number and date; (5) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed; (6) Remit to Address; (7) Taxpayer Identification Number (Employer Identification Number or Social Security Number); and (8) Data Universal Numbering System (DUNS) number (to ensure payment is made to the correct bank account) and vendor mailing address, as provided in the System for Award Management (SAM), formerly known as the Central Contractor Registration (CCR) database. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. 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, requires 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 Northern Cheyenne Service Unit. Fingerprints must also be taken as part of the pre-employment process and must be completed before the physician is allowed to work. 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 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 (OCT 2014): (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) CURRENT, UNRESTRICTED LICENSE = 35 POINTS. Potential contractors must submit a copy of medical license (all previous licenses ever held, at a minimum, license numbers and the State(s)) with price quote; (2) RESUME/CURRICULUM VITAE = 35 POINTS. Potential contractors must submit resume/CV with price quote. Resumes/CV's must include information relating to: (a) Professional Education; (b) Certifications; and (c) Previous jobs; and (3) COMPANY PAST PERFORMANCE = 30 POINTS. The Company 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. (4) COST/PRICE: Price is not assigned an adjectival rating or scored. It will be evaluated to determine whether it is reasonable and if the quotation reflects an understanding of the requirement. This factor will be evaluated utilizing price analysis techniques identified in FAR Part 15.404-1. Analysis will include review of price reasonableness and balanced pricing. Offerors are cautioned that "materially unbalanced" prices and/or unreasonably high or low prices may cause your quotation to be deemed unacceptable and rejected. 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. EVALUATION APPROACH: The content of the written quotations, as well as information derived from discussions/negotiations, if discussions are held, will be evaluated to determine the degree and extent to which the requirements and objectives set forth in the solicitation are satisfied. No assumption will be made by Government evaluators regarding areas not defined in the offeror's written material/information provided to the Government for evaluation. EVAULATION METHODOLOGY: A team of Government personnel will evaluate the quotations. The quotations will be evaluated in accordance with the aforementioned factors. Any quotation that is unrealistic, in terms of technical approach, schedule commitments, and or costs (high or low) will be deemed unacceptable. BASIS FOR AWARD: Selection of the successful offeror will be made based on the evaluation criteria. The quotations will be evaluated and a contract awarded under the Best Value Continuum approach to permit tradeoffs among cost or price and non-cost factors. This will allow the Government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror who meets or exceeds the technical acceptability standards established in the factors referenced above. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-7, 52.204-9, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-2, 52.223-5, 52.223-6, 52.223-10, 52.223-17, 52.224-1, 52.224-2, 52.225-25, 52.227-14, 52.227-17, 52.228-5, 52.232-3, 52.232-18, 52.232-39, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.244-6, 52.245-1, 52.245-9, 52.249-12, 352.203-70, 352.215-70, 352.222-70, 352.223-70, 352.224-70, 352.224-71, 352.226-3, 352.227-70, 352.237-70, 352.237-71, 352.237-72, 352.237-73, 352.237-74, 352.239-73 and 352.239-74. 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, 52.222-50, 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://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/part-352-solicitation-provisions-contract-clauses/index.html. 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, if the electronic Representations and Certifications section of the System for Award Management (SAM) is not completed. 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 5:00 p.m. on July 29, 2016. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your 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-10-16-060-REL/listing.html)
 
Place of Performance
Address: Northern Cheyenne Service Unit, PHS Indian Health Center, 420 North Cheyenne Avenue, Lame Deer, Montana, 59043, United States
Zip Code: 59043
 
Record
SN04192464-W 20160724/160722233938-fa1627fb5876e7e3ef94b86a5a01621c (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.