|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 14,1999 PSA#2431Billings Area Indian Health Service, 2900 4th Avenue North, Room 304,
P.O. Box 2143, Billings, MT 59103 Q -- SPECIALTY CLINIC, PRE-RENAL-PHS INDIAN HOSPITAL, BLACKFEET INDIAN
RESERVATION, BROWNING, MT SOL RFQ 10-99-047 DUE 092099 POC Toni
Holland, purchasing Agent, (406) 247-7063 E-MAIL: Specialty Clinic,
Pre-renal, Blackfeet Indian Hospital, 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
#10-99-046 is being issued as a Request for Quotation. The solicitation
document and incorporated provisions and clauses are in 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
two clinics per month (dates may be negotiated); sees pre-dialysis
renal patients on referral from staff physicians that are found to have
difficulty controlling hypertension, proteinuria, declining kidney
function, or other problems related to the kidneys. Makes
recommenations to the doctors regarding medical treatment and any
planning necessary for dialysis or kidney transplantation; prepare and
complete in a timely manner the medical and 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 1:00pm
and 5:00pm, but may vary with bilateral approval. An orientation will
be provided by the IHS, a Nursing will be provided by the IHS. The
contractor shall be board certified and maintain a state license to
practice independently in their field. The selected vendor must apply
for medical staff privileges at the Blackfeet CommunityHospital and
will be subject to the Credentialing Department's rules and
regulations. 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 adherenceto 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
solicitation, "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 @ 24 visits/year; Option Year
One, 10/1/00-9/30/01 @ 24 visits/year; Option Year Two,
10/1/01-9/30/02 @ 24 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
20, 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. EMAILADD:
tholland@bilb2.billings.ihs.gov EMAILDESC: <A
HREF="mailto:tholland@bilb2.billings.ihs.gov EMAILDESC:
Specialty">Specialty</A> Clinic, Nephrology, Blackfeet Indian
Reservation, Browning, MT Posted 09/10/99 (W-SN379141). (0253) Loren Data Corp. http://www.ld.com (SYN# 0074 19990914\Q-0002.SOL)
Q - Medical Services Index Page
|
|