Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2003 FBO #0438
SOLICITATION NOTICE

Q -- RADIOLOGY INTERPRETIVE SERVICES

Notice Date
2/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North PO Box 36600, Billings, MT, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-03-028-REL
 
Archive Date
3/13/2003
 
Point of Contact
Rita Langager, Contract Specialist, Phone 406.247.7293, Fax 406.247.7108,
 
E-Mail Address
rlangager@mail.ihs.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5 Test Programs for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b), FAR Part 12 Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), and FAR Subpart 37.4, Nonpersonal Health Care Services (10 U.S.C. 2304 and 41 U.S.C. 253). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a firm fixed-price commercial item contract in response to Request for Quotation (RFQ) 10-03-028-REL. This solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. The associated North American Industry Classification System code is 621111 and the small business size standard is $8.5 million. PRICE SCHEDULE: Offers should be submitted for BASE YEAR: 2,450 EXAMINATIONS/READINGS @ $________ = $__________; OPTION YEAR ONE: 4,200 EXAMINATIONS/READINGS @ $________ = $__________; OPTION YEAR TWO: 4,200 EXAMINATIONS/READINGS @ $________ = $__________; OPTION YEAR THREE: 4,200 EXAMINATIONS/READINGS @ $________ = $__________; OPTION YEAR FOUR: 4,200 EXAMINATIONS/READINGS @ $________ = $__________. This requirement is considered a non-personal healthcare service, as defined in 37.101, in which the contractor is an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over the medical or professional judgments or diagnosis for specific medical treatment. The contractor shall indemnify the Government for any liability producing acts or omissions by the contractor, its employees and agents occurring during contract performance. The contractor shall maintain medical liability insurance, which is not less than the amount normally prevailing within the local community for the medical specialty concerned. If applicable, the contractor is required to ensure that its subcontracts for health care services contain the requirements of the clause at 52.237-7, including the maintenance of medical liability insurance. STATEMENT OF WORK: The purpose of this contract is to acquire Radiology Interpretive Services for the Indian Health Service Unit on the Fort Belknap Indian Reservation, located in Montana. Performance requirements of this contract require a board certified radiologist. The contracting radiologist must apply for consulting staff status in Radiology at the facility. It is the responsibility of the contractor to maintain the appropriate medical licensures and privileges throughout the duration of the contracted services. The following information must be submitted with your offer. If in group practice, each contracting radiologist must submit the requested information. (1) Certified copy of medical school diploma and/or transcripts; (2) Copy of all unrestricted licenses; (3) Copy of certificate(s) for additional training; (4) Copy of certificate of post-graduate training; (5) Copy of board certificate or board admissibility; (6) Copy of certificate of malpractice insurance; (7) A statement on health status; and (8) A statement on professional sanctions, if appropriate, regarding your license or medical staff privileges. The contracting radiologist must be credentialed with the Fort Belknap Service Unit upon acceptance of the purchase order. If a prospective contractor has already been credentialed the Fort Belknap Service Unit will verify existing credentials. The contracting radiologist must agree to the following: (1) Provide accessibility by telephone to include availability of verbal interpretations of all films submitted at any time, twenty-four (24) hours or more after the films are made available to the contractor as dispatched from the Indian Health Service facility. Problem cases identified with significant findings or re-reading will be brought to the attention of the physician on duty at the referring facility immediately upon identification by telephone, fax, or in person. Typewritten reports shall follow in a timely manner. (2) Provide proper interpretation of all radiographic studies sent by the Fort Belknap Health Center. The typewritten report must address significant abnormalities and any issues requested by the physician. The contractor shall deliver to the Fort Belknap Health Center a complete typewritten report in triplicate of each radiological interpretation. The typewritten interpretation will appear on an SF-519A radiographic report. The original of this report will be transmitted to the contractor with the film bearing the signature and clinical notes of the referring physician. The contractor shall ensure that the completed, typewritten interpretation will be in the Radiology Department of the referring Health Center no later than 7 working days after receipt of the radiographic exam. Arrangements to ensure that radiographic interpretations will be made within this time limit are the responsibility of the contractor. The services and cost of transporting such films in one direction including a reasonable number of past films for comparison will be arranged for and borne by the contractor. Additionally the service and cost of dictation and transcription will be borne by the contractor. The contractor will keep copies of reports for further review of follow-up films. (3) Provide professional recommendation and advice to technologists and technicians for improvement of radiology procedures and quality of film production. (4) Assume professional responsibility for assisting the Radiology Department in meeting JCAHO, AAA, and HCFA standards of Quality Assurance as Adopted by the Indian Health Service. (5) Emergency x-rays can be sent to the referring facility with the patient before being sent to the contract radiologist. (6) When the contractor is on vacation or incapacitated, the contractor must provide coverage at no additional cost to the Government. AND (7) Interpret Ultrasound, Mammography, and other exams as requested. The estimate of radiological services per month at the Fort Belknap Service Unit is: 350 EXAMINATIONS (READINGS). CONTRACT TERM: The performance of this contract shall be for a 7-month period with the option to renew for 4 successive 12-month periods. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The project officer shall be responsible for: (1) Monitoring the contractors technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The contractor shall submit an original and two copies of its invoice to the following address: Fort Belknap Service Unit, PHS Indian Hospital, Attention: Bettejo Snider, P.O. Box 67, Harlem, Montana 59526. The contractor agrees to include the following information on each invoice: (1) Contractors name and address; (2) Purchase Order Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service; and (6) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. SPECIAL CONTRACT REQUIREMENTS: Contractors cannot serve as expert witnesses in any suit against the Federal Government. Many of the IHS patients receiving services may only speak a native language and/or reside on a Native American Reservation, therefore, the contractor must demonstrate sensitivity to cross-cultural and language differences. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 Evaluation--Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors must be submitted with your offer. If in group practice, each contracting radiologist must submit the requested information. These factors shall be used to evaluate offers and are included in the relative order of importance: (1) Certified copy of medical school diploma and/or transcripts; (2) Copy of all unrestricted licenses; (3) Copy of certificate(s) for additional training; (4) Copy of certificate of post-graduating training; (5) Copy of board certificate or board admissibility; (6) Copy of certificate of malpractice insurance; (7) A statement on health status; and (8) A statement on professional sanctions, if appropriate regarding your license or medical staff privilege. The contracting radiologist(s) must be credentialed with the Fort Belknap Service Unit upon acceptance of the purchase order. If a prospective contractor has already been credentialed the Fort Belknap Service Unit will verify existing credentials. Technical and past performance, when combined, are significantly less important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.211-16, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.224-1, 52.224-2, 52.229-3, 52.229-5, 52.232-18, 52.237-3, 52.237-7, 52.242-15, 52.242-17, 352.202-1, 352.223-70, 352.232-9, 352.270-2, 352.270-3, 352.270-4, 352.270-6, and 352.270-7. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-8, 52.219-23, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.225-16 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.arnet.gov and http://www.hhs.gov/ogam/oam/procurement/hhsar.html. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide a written response to the technical evaluation factors in 52.212-2 and a completed copy of FAR provision 52.212-3 with its offer. The offeror shall agree to hold the prices firm for 90 days from the date specified for receipt of offers. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 2:00 p.m., on February 26, 2003. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company name and address. Offers will also be accepted by e-mail at RLangager@mail.ihs.gov or by fax at (406) 247-7108.
 
Record
SN00257138-W 20030213/030211213404 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.