Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 16,1998 PSA#2202

Billings Area Indian Health Service, 2900 4th Avenue North, Room 304, P.O. Box 2143, Billings, MT 59103

Q -- AUDIOLOGY SERVICES FOR THE BLACKFEET AND FORT BELKNAP SERVICE UNITS LOCATED IN BROWNING AND HARLEM, MT RESPECTIVELY. SOL RFQ 10-99-003 a, b, c DUE 103098 POC Toni Holland, Purchasing Agent, (406) 247-7063 or Jerry Black, Senior Contracting Officer, (406) 247-7068. This is a combined synopsis/solicitation for commercial items, prepared in accordance with FAR 12.6, as supplemented with additional information included in this notice. This announcements constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. Solicitation number 10-99-003a, b, and c is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-06. The associated standard industrial classification code is 8099 with a small business size standard of $5.0 million. Statement of work is as follows: The contractor is to provide diagnostic audiologic and rehabilitative audiologic services. The Audiologist: selects, provides and interprets audiologic and electro-acoustic impedance tests necessary to evaluate the degree and nature of hearing disorders; provides comprehensive audiologic rehabilitative services to include hearing aid evaluations, hearing aid orientation, aural rehabilitation; provides audiologic services for specialty clinics i.e. DAC, FAC, ENT and ENT surgical clinics; provides advanced site of lesion testing; maintains inventory and accessories for fully-functioning hearing aid dispensing practice; provides inservice training; provides continuing quality improvements programs; and is involved with hearing conservation programs where appropriate. The following sites are being solicited: two audiologists for the Blackfeet Service Unit in Browning, Montana-Audiologist 1 (RFQ 10-99-003a)estimated at 60 days/year for ENT and hearing aid clinics, Audiologist 2 (RFQ 10-99-003b)estimated at 200 days/year for Audiology services, and Audiologist 3 (RFQ 10-99-003c), at the Fort Belknap Service Unit in Harlem, Montana for an estimated 15 days/year. The offeror whose proposal represents the best value to the Government will be selected. Offerors' proposals will be evaluated on the following criteria, ranked in order of importance: 1) years of experience, 2) Amount of experience in a Native American setting, 3) Credentials of Professional Staff, 4) Price per Session. This work is on a contractual basis and is not a personnel appointment to a Federal job. As such, the contractor will not be subject to Government supervision. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror's best terms and conditions from a price and technical standpoint. All supplies that the contractor may routinely need will be provided by the Government. Any and all records and reports generated by this contract will remain the property of the Indian Health Service and required adherence to the Privacy Act of 1974. The contractor will not supervise Indian Health Service staff, will not sign for or pick up supplies, will not formulate policy or procedures and will not attend staff recalls or functions. The contractor must be a licensed audiologist. The offeror must provide a copy of all diplomas and/or certificates to support stated qualifications. The contractor will be responsible for submitting written reports, evaluations and operation plans. The contractor must maintain medical liability insurance in an amount acceptable to the Contracting Officer and not less than the amount normally prevailing within the local community. The contractor is required to complete an addendum to the solicitation, "Indian Health Service Child Care & Indian Child Care Worker Positions", which may be requested when reponding to this solicitation. Offerors must submit a Tax ID Number (SS# for individuals). The contractor is required, as a condition of payment under a resulting contract, to submit Department of the Treasury, Financial Management Service, FMS 2231, Direct Deposit form, prior to submission of first invoice. The anticipated period of performance will be date of award through September 30, 1999 with four one-year options for each site.The following FAR clauses and provisions apply to this solicitation: 52.212-3, Offeror Representations and Certifications-commercial Items; 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses, referenced in 52.212-5 also apply to this acquisition: 52.233-3, Protest After Award (31 USC 3553); 52.222-26, Equal Opportunity (EO 11246); 52.222-36, Affirmative Action for handicapped Workers (29 USC 793); 52.225-3, Buy American Act-Supplies (42 USC 10); 52.232-33, Electronic Funds Transfer; 52.237-7, Medical Liability Insurance; and Indian Health Service, Part 5, Chapter 5, Acquisition Management. Offers are due by 2:00 local time on October 30, 1998 at the Indian Health Service, Attn: Toni Holland, 2900 4th Ave N, Rm 304, Billings, MT 59103. Offers will be accepted via facsimile at (406) 247-7108. For information regarding this solicitation, call Toni Holland, Purchasing Agent, at (406) 247-7063 or Jerry Black, Senior Contracting Officer, at (406) 247-7068. All responsible parties are invited to submit a bid which will be considered. When responding the Audiologist 1, use RFQ 10-99-003a; Audiologist 2, RFQ 10-99-003b; Audiologist 3, RFQ 10-99-003c. Posted 10/14/98 (W-SN262109). (0287)

Loren Data Corp. http://www.ld.com (SYN# 0059 19981016\Q-0004.SOL)


Q - Medical Services Index Page