|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 21,1997 PSA#1828IHS, Alaska Area Native Health Service, Area Office of Acquisition
Management, 4141 Ambassador Drive, Anchorage, Alaska 99508-5928 R -- MEDICAL TRANSCRIPTION SERVICES SOL 243-IFB-97-3081 DUE 050197 POC
Vicky Hawkinson, Contract Specialist, (907) 729-2971 PART 2 OF 2.
RESPONSE TIME (Alaska Time): REGULAR DICTATION: Discharge summaries,
emergency room reports, filed trips, and consultation reports. Dictated
by 4:00 PM, transcribed by 4:00 PM two business days later. STAT
(URGENT) DICTATION: Operative reports, history and physical reports,
discharge summaries of patients being transferred to another facility.
Dictated by 4:00 PM, transcribed by 12:00 PM the following day. SUPER
STAT: Interim summaries, discharge summaries of emergency transfers to
another facility. Three hours following dictation provided it is
dictated by 4:00 PM, if dictated after 4:00 PM, the transcription shall
be back by 12:00 PM the following day. DISTRIBUTION OF COPIES TO FIELD
OFFICES: A copy of the A&D (admission and discharge) list will be sent
either by modem or by fax to the Contractor by 10 AM each day, Monday
-- Friday. The A&D lists the village of each patient. The patient's
village shall be typed on each discharge summary, history & physical,
and operative report. The Contractor shall be furnished a distribution
list. When transcribing each discharge summary, history & physical or
operative report, the Contractor shall check the distribution list for
the name of who is to receive copies of the summary. Those names will
be printed at the bottom of the report. Each field facility shall have
the opportunity to chose the method of receipt at the onset of the
contract and have the option of changing methods of receipt at any time
during the contract with a written notice to ANMC who shall notify the
Contractor. The methods of sending field copies shall be as follows:
Those facilities who choose to connect by PC can access the information
for as many copies as they wish. Those receiving information via FAX
shall receive one copy. The original shall always be sent to ANMC. All
other recipients shall receive a printed copy mailed by ANMC. ACCURACY
AND QUALITY CONTROL: Any report with two or more errors (typing,
spelling, wrong word usage) shall be returned via fax to the Contractor
for correction. It will be corrected and returned on the STAT schedule,
except those that are SUPER-STAT, which shall be done on the SUPER-STAT
schedule. GOVERNMENT PROVIDED EQUIPMENT, SUPPLIES: ANMC shall furnish
all paper and toner for the printer and the personnel to access and
print the information. There will be no contractor employees on-site at
ANMC except during the training sessions. REPORTING REQUIREMENTS: The
Contractor shall furnish a daily, weekly, and monthly line count
report. These shall be accessed and printed by ANMC. ANMC shall
maintain a log of all returned work for accuracy reporting. PRIVACY
ACT: All employees of the Contractor will be instructed in the
requirements of the privacy act and will abide by it explicitly. No
copies will be made of any work either in written or audio form. No
information about any patient will be released by any third party
except the designated filed hospitals. EVALUATION: The Government will
award a contract resulting from this solicitation to the responsible
bidder whose bid conforming to the solicitation will be most
advantageous to the Government, price and other related factors
considered. Contractor must meet all the requirements detailed in this
solicitation. Price is of greater importance when compared to
technical. The Government will evaluate bids for award purpose by
adding the total price for all options to the total price for the basic
period. The Government may determine that a bid is unacceptable if the
option prices are significantly unbalanced. Evaluation of options
shall not obligate the Government to exercise the option(s). Bid
preparation Instructions: The provisions at 52.212-1, Instructions to
Offerors Commercial, applies to this acquisition. Bidders must include
price for the Base Period and each Option Period. Bidders will be
evaluated on their performance under existing and prior contracts for
similar services. Performance information will be used for
responsibility determinations. The Government will focus on
informationthat demonstrates quality of performance relative to the
size and complexity of the procurement under consideration. Successful
contract must meet all the responsibility requirements of Subpart 9.1
of the Federal Acquisition Regulations (FAR). All responses from
responsible sources will be fully considered. Award will be made
without discussion. A written notice of award or acceptance of bid,
mailed or otherwise furnished to the successful bidder, shall result in
a binding contract without further action by either party. Bidders are
to include a completed copy of the provisions at 52.212-3, Offeror
Representations and Certifications Commercial Items, with its bid. The
following clauses also apply: 52.212-2, Evaluation Commercial Items;
52.212-4, Contract Terms and Conditions Commercial Items; 52.212-5,
Contract Terms and Conditions required to Implement Statutes or
Executive Orders Commercial Items: 52.222-26 Equal Opportunity;
52.222-35, Affirmative Action for Special Disabled and Vietnam Era
Veterans; 52.222-36, Affirmative Action for handicapped Workers; DHHS
352.202-1, Definitions; DHHS 352.224-70, Confidentiality of
Information; DHHS 352.232-9, Withholding of Contract Payments; DHHS
352.270-2, Indian Preference; DHHS 352.270-4, Pricing of Adjustments;
DHHS 352.270-6 Publication and Publicity; DHHS 352.270-7, Paperwork
Reduction Act. The due date for submission of bids is May 1, 1997, at
3:30 PM, local time, to Alaska Area Native Health Service, Office of
Acquisition, 4141 Ambassador Drive, Anchorage, AK 99508-5928; Attn:
Vicky Hawkinson, Contract Specialist. All requests for information are
to be addressed to Ms. Hawkinson, at (907) 729-2971. Technical and/or
administrative questions must be faxed to (907) 729-2977. Any
amendments to this solicitation will be published in the same manner as
the initial synopsis/solicitation. (0106) Loren Data Corp. http://www.ld.com (SYN# 0070 19970421\R-0007.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|