|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 18,1998 PSA#2245Billings Area Indian Health Service, 2900 4th Avenue North, Room 304,
P.O. Box 2143, Billings, MT 59103 Q -- CHILD & ADOLESCENT PSYCHIATRIC SERVICES, PHS INDIAN HEALTH
CENTER, FT. PECK INDIAN RESERVATION, POPLAR, MONTANA. SOL RFQ 10-99-014
DUE 123098 POC Toni Holland, Purchasing Agent, (406) 247-7063 or Jerry
Black, Senior Contracting Officer, (406) 247-7068 E-MAIL: Psychiatric
Services-Ft. Peck Health Center, Poplar,,
tholland@bilb2.billings.ihs.gov. This is a combined
synopsis/solicitation for commercial items, prepared in accordance with
FAR 12.6 and FAR 13, as supplemented with additional information
included in this notice. This announcements constitutes the only
solicitation; quotes are being requested and a written solicitation
will not be issued. Solicitation number 10-99-014 is being 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 on-site child and
adolescent psychiatric services for the Indian Health Service on the
Fort Peck Indian Reservation, Poplar, Montana, on a 18-day per year
basis. The contractor shall provide diagnostic evaluations, medication
management, case consultation to Mental Health and appropriate medical
staff, coordination of care within the clinic and between agencies and
provide training when requested on an as needed basis. The contractor
shall: be a licensed physician (M.D.); have completed a fully
accredited psychiatric residency and child and adolescent specialty
training; be board certified in child and adolescent psychiatry;
possess and maintain a full, unrestricted license as an M.D. or D.O.
The selected vendor must apply for medical staff privileges at the Fort
Peck Health Center. Preference will be given to one with experience in
treating Native American clients. 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 specialized 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
offeror's must provide proof of medical license, board certification as
required, and proof of liability/malpractice insurance. Proposed fees
for the base year and all option years shall also be provided with
certifications. The contractor will be responsible for submitting
written reports and evaluations. 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 or by e-mail. Offerors must submit a Tax ID Number (SS#
for individuals) and a DUNS number, which may be obtained free by
calling 800-333-0505. 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 (anticipated 1/1/99) through
September 30, 1999 with four one-year options. Quotes should be
submitted for Base Year: 1/1/99-9/30/99 @ 14 vists; Option Year 1:
10/1/99-9/30/00 @ 18 visits; Option Year 2: 10/1/00-9/30/01 @ 18
visits; Option Year 3: 10/1/01-9/30/02 @ 18 visits; Option Year 4:
10/1/02-9/30/03 @ 18 visits. 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; 52.217-9, Option to
Extend the Term of the Contract; Health and Human Services Acquisition
Regulations (HHSAR); and Indian Health Service Manual, Part 5, Chapter
5, Acquisition Management. Offers are due by 3:00 local time on
December 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 quote which will be
considered. Posted 12/16/98 (W-SN281174). (0350) Loren Data Corp. http://www.ld.com (SYN# 0055 19981218\Q-0003.SOL)
Q - Medical Services Index Page
|
|