Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2003 FBO #0659
SOLICITATION NOTICE

Q -- PERSONAL SERVICE CONTRACT FOR DOCTORATE LEVEL CLINICAL AUDIOLOGIST FOR AUDIOLOGY/HEARING CONSERVATION DIVISION, DEPARTMENT OF SURGERY AT TRIPLER ARMY MEDICAL CENTER, HI.

Notice Date
9/15/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Pacific Regional Contr Ofc TAMC, ATTN: MCAA PC BLDG 160, 160 Krukowski Road, Honolulu, HI 96859-5000
 
ZIP Code
96859-5000
 
Solicitation Number
DADA16-03-T-0190
 
Response Due
9/22/2003
 
Archive Date
11/21/2003
 
Point of Contact
Stephanie Sakanoi, (808) 433-7013
 
E-Mail Address
Email your questions to Pacific Regional Contr Ofc TAMC
(Stephanie.Sakanoi@haw.tamc.amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA The Pacific Regional Contracting Office (PRCO), Tripler Army Medical Center (TAMC), Hawaii has a requirement for one full-time doctorate level Clinical Audiologist for the Audiology/Hearing Conservation Division, Department of Surgery at Tripler Army Medic al Center, Hawaii. The Contractor shall perform the personal services/duties of a Clinical Audiology and Speech Pathologist in support of the Dept of Audiology. Services shall be in accordance with the established principles, practices and ethics of the m edical profession. This is a personal services contract as defined in FAR 17.101. Contractor is subject to supervision and direction of designated government officials, and will work within the same employer-employee relationship that exists for government employees. Malpractice allegations against contractor employee??????s based upon performance of this contract will be processed in accordance with government policy for allegations against its own employees. The government is a Self-Insurer for malpractic e liability. Contractors are not required to carry malpractice insurance, and the government will not reimburse or otherwise pay for such insurance should any be purchased. The individual contract Audiologist shall: Perform all procedures within the scop e of a Clinical Audiologist. Support Speech Pathology, and the residency-training program in Otolaryngology at Tripler Army Medical Center. The Contractor will participate in peer review and quality assurance process of individuals in the Audiology and S peech Pathology Service who are eligible beneficiaries of the military healthcare system. Participate in assessing off-site sources for needed patient care services not provided by the Audiology Department. Annotate medical records provided by patients a fter examination in accordance with Army regulations 40-66 (Medical Record & Quality Assurance Administration), as well as local requirements. Present topics for Continuing Medical Education (CME) as directed by the COR. CREDENTIALING DOCUMENTS. The Cont ractor shall include the following with its offer: Documents, which reflect the provider experience in Audi logy and Speech Pathology of a residency-training program in Otolaryngology; an earned Doctorate (Ph.D.) (with specialization in Audiology) from an institution recognized by the American Speech, Language, and Hearing Association; and Board Certification in Audiology and Speech Pathology. All submitted credentials will be reviewed/approved by the Credentialing Committee at TAMC. PRCO anticipates an award of a firm fixed-price contract resulting from the Request for Proposal (RFP). Offers will be evaluated based on technical capability/experience of the item offered to meet the Government requirement (i.e. Clinical, research and administrative perfor mance, as well as, leadership and interpersonal skills.); past performance and price. The Government will award a contract resulting from this solicitation to the lowest responsive/responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government. The NAICS code for this procurement is 621340 and the annual size standard is $6,000,000.00. The contract term will be a base period of one year plus four option years. The total term of the contract, including all options, will not exceed 60 months. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. In either case, the Government will not synopsize the options when exercised. The requirement is set-aside for Small Business concerns. For details see Solicitation No. DADA16-03-T-0190. Copy of the RFP is available on FACNET and at https://acquisition.arm y.mil. All offers are due by 10:00 a.m., Hawaii Standard Time (HST) on Monday, 22 Sep 2003. Questions should be referred to Stephanie Sakanoi at (808) 433-701 3, facsimile (808) 433-2772 or e-mail at Stephanie.Sakanoi@haw.tamc.amedd.army.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are b eing requested and a written solicitation will not be issued.
 
Place of Performance
Address: Pacific Regional Contr Ofc TAMC ATTN: MCAA PC BLDG 160, 160 Krukowski Road Honolulu HI
Zip Code: 96859-5000
Country: US
 
Record
SN00434770-W 20030917/030915213343 (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.