Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2017 FBO #5761
SOLICITATION NOTICE

Q -- AUDIOLOGY SERVICES - FAR provision 52.212-3

Notice Date
8/30/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621340 — Offices of Physical, Occupational and Speech Therapists, and Audiologists
 
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-10-17-037-REL
 
Archive Date
9/28/2017
 
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 (JAN 2017). 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. The procurement is being conducted pursuant to the authority of FAR Subpart 13.5, Simplified Procedures for Certain Commercial Items; FAR Part 12, Acquisition of Commercial Items (41 U.S.C. 1906, 1907, and 3307)); FAR 37.6, Performance-Based Acquisition and FAR 37.101, Non Personal Services Contract. 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 contract in response to Request for Quotation (RFQ) 10-17-037-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 2005-95. The associated North American Industry Classification System code is 621340 and the small business size standard is $7.5 million. Potential contractors are asked to propose all-inclusive hourly rates for the base year and each subsequent option year. PRICE SCHEDULE - AUDIOLOGY SERVICES: BASE YEAR: 900 hours @ $_____________ per hour = $_______________; OPTION YEAR ONE: 900 hours @ $_____________ per hour = $_______________; OPTION YEAR TWO: 900 hours @ $_____________ per hour = $_______________; OPTION YEAR THREE: 900 hours @ $_____________ per hour = $_______________; OPTION YEAR FOUR: 900 hours @ $_____________ per hour = $_______________; GRAND TOTAL: $_______________. PERIOD OF PERFORMANCE: October 1, 2017, through September 30, 2018, with four 12-month options. INTRODUCTION AND PURPOSE OF THE CONTRACT: The purpose of this acquisition is to contract for Audiology Services at the Blackfeet Service Unit, 760 Hospital Circle, Browning, Montana 59417. WORK SCHEDULE: The contractor shall provide a minimum of 16 hours of Audiology Services per week. The work days are negotiable and should be coordinated with the Clinical Director or his/her designee. The Blackfeet Service Unit will provide coordination of patient scheduling/referrals and appointment check in. The Audiology Services will be scheduled during the week from 8:00 am to 5:00 pm. The services may be re-scheduled due to inclement weather but must be furnished each month. PERFORMANCE WORK STATEMENT: Performs physical examinations, health assessments and treatment of varying extremes in individuals presenting themselves for care at the Blackfeet Community Hospital Audiology program; assesses and diagnoses disorders to the ear, nose and throat on patients of all ages in order to provide treatment or make appropriate referrals. Refers individuals for consultation when indicated; prescribes and carries out therapy in conformation with approved clinical privileges and Billings Area/I.H.S. policy. Conducts initial and periodic health examinations for finding physical defects in need of correction and prescribes and implements treatments required to correct these defects. The audiologist will provide approximately 112 days/900 hours of direct diagnostic and rehabilitative audiologic services to the Blackfeet Service Unit. The Audiologist will provide services, including but not limited to: Audiologic screening, evaluations, hearing aid evaluations and fittings, aural rehabilitation, consultations, and program development and evaluation. The Audiologist is responsible for the selection, provision and interpretations of comprehensive audiologic evaluations to include the following: Air and bone conduction testing; Speech reception and discrimination testing Immittance testing; Auditory Brainstem Response testing Otoacoustic Emissions testing; Soundfield testing; Play Audiometry; and other Site-of-Lesions test. The Audiologist will participate in the Montana Universal Newborn Hearing Screening Program at the Blackfeet Service Unit. This includes but is not limited to: Training and Monitoring Nurses for the initial screenings, importing data to the State of Montana HiTract software, and making appropriate referrals for diagnostic evaluation of newborns referred from re-screenings. The Audiologist is responsible to provide comprehensive audiologic rehabilitation services to include, but not limited to: Hearing aid evaluations; Hearing aid orientations; Aural rehabilitation; hearing aid fittings and follow-up; counseling the hearing impaired person, his/her family and other pertinent persons to help alleviate the effects of the hearing impairment. The Audiologist is responsible in maintaining inventory and accessories needed to provide a fully functioning hearing aid practice at the Service Unit. The Audiologist will complete the necessary paperwork required for hearing aid repairs, hearing aid and ear mold order forms: requesting hearing aids and audiology supplies, completing vouchers for hearing aids; and completing a "Hearing Aid File" on each hearing aid dispensed. The Audiologist will properly record audiology services in the patient's medical record or Electronic Health Record (EHR) to assess audiology needs and provide the required audiology care. The Audiologist will prepare the patient for otologic examinations, audiologic testing and treatment. The Audiologist will maintain inventory and calibration of audiologic equipment. The Audiologist will provide audiologic services for any specialty clinics such as Ear-Nose-Throat (ENT), Facial Anomalies Clinic, etc., and provide all necessary pre- and post-operative evaluations on all otologic surgical patients. The Audiologist will establish hearing conservation programs, in-service training to nurses, physicians, and other appropriate staff; Maintenance Department; Dentist; and serve as a consultant to the Head Start program, all when necessary. The Audiologist will act as an intermediary between the patient, Service Unit personnel, Tribal personnel, Area Office staff, and State and Federal agencies. The Audiologist will maintain a current state license, as required by continuing education activities (CEU'S). The Audiologist will participate and provide quarterly chart reviews as randomly selected by the Service Unit to evaluate the audiology services. The evaluation should be submitted to the Contracting Officer's Representative (COR) by the end of each quarter. These services will include audiologic screenings, hearing evaluations, hearing aid evaluations, hearing aid fittings, hearing aid repairs, etc. Records patient - provider encounters in the chart in a legible manner for accurate communication between providers and completes required documentation for accurate billing, ordering of diagnostic tests and referrals utilizing the Elctronic Health Record and RPMS system. Maintains health summary and problem lists to ensure accurate patient data. Participates in a quality assurance program as appropriate. Compliance with HIPAA regulations and all hospital infection control and safety policies is required. May assist in medical triage at the scene of disasters/multiple traumas. May be assigned additional duties based on the Service Unit's needs at either the Blackfeet Community Hospital or Heart Butte Clinic. KNOWLEDGE REQUIRED BY THE POSITION: Knowledge of established professional audiologic concepts, principles and practices and Otologic diseases necessary to assess the extent of hearing disorders and its effect upon communication, health vocation, and socialization and appropriate treatment or referral. Knowledge of Communication Disorders Program policies and practices as well as culture, social and economic characteristics of the Native population relative to adapting, redesigning or modify audiology principles to the varied population. Knowledge of the relative value for audiologic evaluations and the principles and practices that govern the evaluation to serve as a technical authority, and provide expert advice and direction about the audiological aspects of the health care delivery system. Knowledge of the current VA hearing aids on contract, standards and advances in hearing aid fittings, ear mold modifications, frequency response, and other electro-acoustic modifications. Knowledge of aural rehabilitation procedures to provide appropriate amplification and counseling to the hearing impaired. Also the familiarity with ANSI standards of calibration. Knowledge of the Privacy Act and HIPAA regulations regarding patient confidentiality. Skills in oral and written communication to maintain effective working relationships with the Service Unit, Billings Area Office, Tribal personnel, vendors, contractors, and other Federal, State and local agencies. Knowledge of medicinal therapy and pharmacological practices and a comprehensive understanding of otorhinolaryngology. A DEA license with current certification for BLS is required. A specialist in the evaluation, habitation, and rehabilitation of those whose communication disorders center in whole or in part in the hearing function, involving diagnosis and treatment loss as well. Must have skill in operating a computer terminal, using a keyboard with additional keys, to produce work accurately and efficiently. Must also have skills in operating related equipment, such as printers or modems, if required. GUIDELINES: Guidelines available include DHHS, PHS, I.H.S., Billings Area, Service Unit and Medical Staff regulations, policies, procedures, and bylaws. In addition, traditional and currently accepted medical practices are available in the form of specialty consultation, medical journals, professional organizations and textbooks. In nearly all cases, however, the audiologist'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 to protect the interests of the patient. COMPLEXITY: While there are a large number of various duties to be performed and steps to be followed, the tasks are standardized and of a recurring nature. SCOPE AND EFFECT: The work performed is essential, and frequently instrumental, in providing Service Unit staff with current and necessary information. PERSONAL CONTACTS: Personal contacts are with patients, patient's families, other employees, representatives of federal, state and tribal health organizations, administrators and physicians. These contacts are made with individuals and groups in moderately unstructured settings. PURPOSE OF CONTACTS: The purpose of the contacts is to exchange information, resolve problems, educate people, influence and motivate individuals and groups to understand and accept recommended medical information, diagnosis and treatment regimens. PHYSICAL DEMANDS: The work requires some physical exertion and stamina including extensive walking, standing, bending, sitting and other activities. The audiologist may be required to assist with lifting patients at times. WORK EVIRONMENT: The work is performed in a clinical setting and is environmentally controlled with occassional driving to the outlying clinic. PERFORMANCE-BASED SERVICE DELIVERY SUMMARY: The contract Audiologist's performance will be measured based on the following Performance Requirements: (1) Chart documentation; (2) Electronic Health Record; (3) Appropriate Medical Referrals; and (4) Patient Care. The Performance Requirements will be measured against the following Government Performance Standards: (1) Direct diagnostic and rehabilitative audiologic services as specified in the Performance Work Statement; (2) Appropriately completes and reviews medical records to assess audiology needs and provide the required audiology care; and (3) Assess and diagnose disorders to the ear, nose and throat on patients of all ages in order to make appropriate referrals; and (4) Performance work statement. The Method of Government Surveillance to determine compliance with the Performance Requirements are as follows: (1) Random sampling by the Clinical Director; (2) Random sampling by the Clinical Applications Coordinator (CAC) and Clinical Director; (3) Peer review by the Director of Emergency Services; and (4) QA/PI coordinator to monitor patient complaints. Deduction Schedule: A 5% deduction shall be assigned to each Performance Requirement. Deductions shall be assessed as follows: (1) 5% deduction from monthly invoice; (2) 5% deduction from monthly invoice; (3) 5% deduction from monthly invoice; and (4) 5% deducted from monthly invoice. GOVERNMENT FURNISHED PROPERTY: Specialized audiology equipment and supplies needed to perform and deliver audiology and hearing aid services at the Service Unit. The Service Unit will provide orientation to the Contractor as to their specific duties and responsibilities. The Service Unit is responsible for getting the Contractor access and clearances 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 the Security Checklist, Rules of Behavior form, Security training; and if necessary, a Business Associate Agreement and/or 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 the 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. 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 Service Unit will conduct the character and background investigation. Fingerprints must also be taken as part of the pre-employment process and must be completed before the audiologist is allowed to work. The fingerprints and access/clearance to all pertinent computer systems should be coordinated with the Service Unit. 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. 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: FACTOR 1 - Unrestricted State License: Offerors must submit current unrestricted State license. FACTOR 2 - Resume or Curriculum Vitae. Offerors must submit copy of resume or curriculum vitae. FACTOR 3 - Company Past Performance. 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. FACTOR 4 - Cost/Price: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of the offers. The price proposal should adhere to the pricing structure established in the "Price Schedule". The offeror's price proposal must be based on the offeror's technical proposal and the Government's statement of work. The "Price Schedule" shall be completed by the offeror in accordance with the following: (1) All prices contained in the price schedule must reflect an all-inclusive hourly rate. 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, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.225-25, 52.227-14, 52.227-17, 52.228-5, 52.232-18, 52.232-39, 52.232-40, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.244-6, 52.245-1, 52.245-9, 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. 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, Billings, Montana 59101, no later than 5:30 p.m. on September 13, 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 name and address. Offers will also be accepted by e-mail at Rita.Langager@ihs.gov or by fax at (406) 247-7108.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-17-037-REL/listing.html)
 
Place of Performance
Address: Blackfeet Service Unit, Blackfeet Community Hospital, 760 Hospital Circle, Browning, Montana, 59417, United States
Zip Code: 59417
 
Record
SN04653389-W 20170901/170830231541-6bef6f3b0ee9d7911660a84d1ffc4c03 (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.