Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 02, 2017 FBO #5670
SOLICITATION NOTICE

Q -- Ultrasound Technologist - Requisition

Notice Date
5/31/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621512 — Diagnostic Imaging Centers
 
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-10-17-012-EB
 
Archive Date
6/16/2017
 
Point of Contact
Eric Butterfly, Phone: 4063386134, Joseph W. Little Plume, Phone: 4063386133
 
E-Mail Address
eric.butterfly@ihs.gov, joseph.littleplume@ihs.gov
(eric.butterfly@ihs.gov, joseph.littleplume@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Terms and conditions 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 Part 13.5, Simplified Procedures for Certain Acquisitions; FAR Part 12, Acquisition of Commercial Items (41 U.S.C. 1906 and 1907));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);FAR 52.217-8 Option to Extend Services (Nov 1999) and FAR 52.217-9 Option to Extend the term of the Contract (MAR 2000). 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)-10-17-012-EB. The solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86-2. The associated North American Industry Classification System code is 621512 and the small business size standard is $15 million. PRICE SCHEDULE - ULTRASOUND TECHNOLOGIST 1. Base: 1824 hours @: $_______per hour. 2. Option 1: 1824 hours @: $______per hour. 3. Option 2: 1824 hours @: $______per hour. Grand Total: $______ PERIOD OF PERFORMANCE: Date of Award through June 30, 2018. Option 1: July 1, 2018 to June 30, 2019. Option 2: July 1, 2019 to June 30, 2020. WORK SCHEDULE: Five (5) days a week, 8 hour shifts. 8:00am to 5:00pm, Monday to Friday. Changes may be made to the schedule dates and shifts as needed to accommodate department schedule and hospital needs. LOCATION OF SERVICES: The services will be conducted at the Blackfeet Service Unit, PHS Indian Hospital, 760 Hospital Circle, Browning, Montana 59417. STATEMENT OF WORK: This position serves as a sonographer. The sonographer performs a variety of specialized technical procedures requiring independent judgements and initiative in the application of non-ionizing high frequency ultrasonic waves for disease diagnosis, obstetrical and gynecological problems. Performs all provider requested ultrasound studies dictated by the equipment available. Studies include, but are not limited to abdominal, pelvic and small parts. The sonographer is responsible for obtaining pertinent diagnostic examinations for the referring provider, requiring adequate and optimal positioning and recording of information on file. Also determines the number of scans necessary to obtain the information desired and adjusts the equipment parameters in such a way that a sufficient amount of information is obtained for each exam. Recognizes the significance of all structures visualized on the screen at all times. Capable of recognizing a diagnostic condition but not providing an official reading. Performs a variety of routine to complex examinations to meet the needs of the medical staff. Maintains accurate records of patient workload on a daily basis via RPMS and the Electronic Health Record. Performs all provider requested ultrasound studies dictated by the equipment available. Studies include, but are not limited to: Small parts: breast, testicular, thyroid, Abdomen: kidneys, RUQ, abdomen complete, bladder, Vascular: abdomen Doppler, renal Doppler, carotid, venous (arms & legs), arterial (arms & legs) Obstetrics: OB< 14weeks, OB > 14 weeks, OB transvaginal, biophysical profiles, OB follow-ups, twin pregnancy ultrasound Ultrasound Guidance: IUD insertion guidance Gynecology: Transabdominal pelvic, transvaginal pelvic, follicular study Other: Soft tissue, musculosketal, hernia Responsible for obtaining pertinent diagnostic examinations for the referring provider, requiring adequate and optimal positioning and recording of information on file. Determines the number of scans necessary to obtain the information desired and adjusts the equipment parameters in such a way that a sufficient amount of information is obtained for each exam. Recognizes the significance of all structures visualized on the screen at all times. Capable of recognizing a diagnostic condition but not providing an official reading. Performs a variety of routine to complex examinations to meet the needs of the medical staff. Maintains accurate records of patient workload on a daily basis via RPMS and the Electronic Health Record. Maintains competency & appropriate crediting as registered sonographer with ARDMS. QUALIFICATIONS: Individual must be ARDMS certified and meet the continuing education requirement set by the ARDMS. Preference will be given to those with at least one year of experience in performing ultrasound examinations. Also must have RDMS certification. KNOWLEDGE REQUIRED BY THE POSITION: (1) Knowledge and skill to operate complex ultrasound equipment to provide basis for a wide variety of specialized medical diagnosis. The knowledge and skill may have been obtained through formal classroom instruction. (2) Knowledge of physical diagnosis and clinical courses of disease. (3) Must be capable of recognizing a diagnostic scan and consulting with the provider to determine proper diagnosis. (4) Knowledge of physical principles of sound generation and transmission characteristics of the ultrasound equipment. Must be completely familiar with the following methods of signal processing: (a) real-time scanning (b) m-mode (c) transducers. (5) Complete knowledge of complex instrumentation utilized to extract finest quality performance from the equipment. (6) Ability to deviate from normal techniques when necessary and to develop new and better techniques to keep diagnostic capability up to date. (7) Knowledge of anatomy and physiology. (8) Knowledge of methods, techniques and quality control for digital imaging. SUPERVISION AND GUIDANCE RECEIVED: Works under the supervision of the Supervisor of Radiology. When working on Ultrasound procedures, the provider, via EHR, will indicate which actions should be performed. The sonographer is responsible for the technical procedures to accomplish these directions. Standard operating procedures cover the number, type and sequence for each kind of examination. Textbooks and technical manuals on ultrasound are available for additional guidance in adapting the general requirements of the procedure to the specific condition of the patient. The sonographer must use judgment to deviate from standard procedures and tables to compensate for patient's injuries, illness, or physical disabilities in accordance with established precedent and methods of calculations. The technologist maintains up-to-date knowledge of new developments in the field and exercises judgment to evaluate their usefulness. PERSONAL CONTACTS AND PURPOSE OF CONTACTS: Personal contacts are with patients, with providers, and with fellow employees in a hospital setting. These contacts are for the purpose of making US studies. Contacts with providers are to resolve problems concerning scheduling of patients and requested procedures. Contacts with patients are to explain the procedure to be done, often to patients who are unfamiliar with US examinations and to direct patients how to move to achieve correct positioning. Some patients are ill, injured or nervous which requires the technologist to provide reassurance and comfort. PHYSICAL DEMANDS AND WORK ENVIRONMENT: The work long periods of standing and walking. It is sometimes necessary to physically lift the patient from carts to exam table with assistance from others. The work area is well lighted and temperature controlled. QUALITY ASSURANCE: Work with the Radiology Supervisor to assure quality, work will be thoroughly monitored and approved. 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 original invoice to the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107 and a courtesy copy to the COR at the Blackfeet Service Unit, PHS Indian Health Hospital, 760 Hospital Circle, Browning, Montana 59417. INVOICES: The Contractor agrees to include the following information on each invoice: (1) Contractor's name, address and telephone number; (2) Contract Number (entire contract number must be included); (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. 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 character and background investigations will be conducted by the Blackfeet Service Unit. Fingerprints must also be taken as part of the pre-employment process and must be completed before the technologist 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) ARDMS CERTIFICATION = 35 POINTS. Potential contractors must submit a copy of unrestricted State license with the price quote; (2) RESUME = 35 POINTS. Potential contractors must submit a copy of resume with the price quote. Resumes must include information relating to: (a) Professional Education; (b) Specialized training; (c) Certificates; and (d) 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, 52.204-7, 52.204-9, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 52.211-16, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 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, 352.201-70, 352.202-1, 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, 52.222-50, 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/ PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. Contractors intending to conduct business with the Federal Government must be registered with the System for Award Management (SAM), the Official U.S. Government system that consolidated the capabilities of the Central Contractor Registration (CCR) database. SAM is the primary Government repository, which retains information on Government contractors. You may register via the Internet at https://www.sam.gov or by calling (866) 606-8220. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Blackfeet Service Unit, 760 Hospital Circle, Browning, Montana 59417, no later than 3:00 PM, on June 15, 2017. 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 eric.butterfly@ihs.gov or by fax at (406) 338-3202 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-10-17-012-EB/listing.html)
 
Place of Performance
Address: Blackfeet Service Unit, 760 Hospital Circle, Browning, Montana, 59417, United States
Zip Code: 59417
 
Record
SN04526663-W 20170602/170531234730-e756418969b4f550426a06b17f9447a4 (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.