|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 31,1999 PSA#2422Billings Area Indian Health Service, 2900 4th Avenue North, Room 304,
P.O. Box 2143, Billings, MT 59103 Q -- SPECIALTY CLINIC, UROLOGY-PHS INDIAN HOSPITAL, BLACKFEET INDIAN
RESERVATION, BROWNING, MT SOL RFQ 10-99-049 DUE 091599 POC Toni
Holland, Purchasing Agent, (406) 247-7063 E-MAIL: Specialty Clinic,
Urology, Blackfeet Indian Reservation,,
tholland@bilb2.billings.ihs.gov. This is a combined
synopsis/solicitation for commercial items, prepared in accordance with
FAR 12.6 and the test program in FAR 13.5, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; quotes are being requested and a
written solicitation will not be issued. Solicitation #10-99-049 is
being issued as a Request for Quotation. The solicitation and
incorporated provisions are in effect through Federal Acquisition
Circular 97-12. The associated standard industrial classification code
is 8011 with a small business size standard of $5.0 million. Statement
of work is as follows: The contractor shall provide one clinic per
month (dates may be negotiated); sees patients on a referral basis for
problems of the genito-urinary tract system, such as disease of the
prostate, chronic disease of the kidney, and malignancy; perform minor
surgical procedures in the Operating Room such as cystoscopy; prepare
and complete in a timely manner the medicaland other required records
for all parties he/she admits or in any way provides care for the
hospital; comply with all Indian Health Service (IHS) facility
infection control and safety procedures, practices, and standards;
provide for the consistent performance of patient care processes
according to the standards of the JCAHO who supply accreditaton to the
Blackfeet Community Hospital (Comprehensive Accreditation Manual for
Hospital, the Laboratory Standards, Ambulatory Care Standards) as they
represent the scope of this contract. Time of service shall be between
9:00am and 4:30pm. An orientation will be provided by the IHS, a
Nursing Assistant will be provided by the IHS. The contractor shall: be
board certified; maintain a state license to practice independently in
their field; The selected vendor must apply for medical staff
privileges at the Blackfeet Community Hospital and will be subject to
the Credentialing Department's rules and regulations. Preference will
be given to those with experience in treating Native American clients.
The offeror whose proposal represents the best value to the Government
will be selected. Offeror's will proposals will be evaluated on the
following criteria ranked in order of importance: 1) credentials 2)
amount of specialized experience 3) experience in a Native American
setting 4) price per session/clinic. Three letters of reference must
accompany resume. 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 the this contract shall 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, and will not formulate policy or
procedures. The offeror must provide proof of medical license, board
certification, and medical liability/malpractice insurance. Proposed
fees for the base year and all option years shall also be provided. All
offerors must complete an attachment to this solicitaiton, "Required
Application Questionnaire for Child Care Positions" in accordance with
P.L. 101-630, Crime Control Act of 1990 and P.L. 101-647,
Miscellaneous Indian Legislation, which may be requested when
responding to this solicitation or by e-mail.The contractor is required
as a condition of payment under a resulting contract, to complete FMS
2231, Direct Deposit form, prior to submission of first invoice. The
anticipated period of performance is 10/1/99 through 9/30/00 with two
one-year options. Quotes should be submitted for Base Year,
10/1/99-9/30/00 @ 12 visits/year; Option Year One, 10/1/00-9/30/01 @ 12
visits/year; Option Year Two, 10/1/01-9/30/02 @ 12 visits/year. 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
of Executive Orders-Commercial Items; 52.217-9, Option to Extend the
Term of the Contract; 52.233-3, Protest After Award; 52.222-26, Equal
Opportunity; 52.222-36, Affirmative Action for Handicapped Workers;
52.223-6, Drug Free Workplace; 52.232-34, Payment by Electronic Funds
Transfer-Other than Central Contractor Registration; 52.237-7,
Indemnification and Medical Liability Insurance; Health and Human
Services Acquisition Regulations, and Indian Health Service Manual,
Part 5, Chapter 5, Acquisition Management. Offers are due by 3:00 local
time on September 15, 1999 to: Indian Health Service, Attn: Toni
Holland, 2900 4th Avenue N, Billings, MT 59103. Offers will be accepted
via fax at (406) 247-7108 or by e-mail. For information regarding the
solicitation, call Toni Holland, Purchasing Agent, at (406) 247-7063,
or Jerry Black at (406) 247-7068. All responsible parties are invited
to submit a quote which will be considered. Posted 08/27/99
(W-SN373542). (0239) Loren Data Corp. http://www.ld.com (SYN# 0116 19990831\Q-0010.SOL)
Q - Medical Services Index Page
|
|