Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 18,1998 PSA#2245

Billings 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