DOCUMENT
Q -- PART-TIME AND FULL-TIME PHARMACISTS - FAR Provision 52.212-3
- Notice Date
- 6/3/2008
- Notice Type
- FAR Provision 52.212-3
- NAICS
- 621399
— Offices of All Other Miscellaneous Health Practitioners
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
- ZIP Code
- 59107
- Solicitation Number
- RFQ-10-08-040-REL
- Point of Contact
- Rita E Langager, Phone: 406.247.7293
- E-Mail Address
-
rita.langager@ihs.gov
- Small Business Set-Aside
- Total Small Business
- 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 Program 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, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), FAR Subpart 37.4, Nonpersonal Health Care Services (41 U.S.C. 253) and FAR Subpart 37.6, Performance-Based Contracting. This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) reserves the right to award multiple fixed-price performance-based, commercial item contracts in response to Request for Quotation (RFQ) 10-08-040-REL. This solicitation is restricted to 100% Small Business concerns. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. The associated North American Industry Classification System code is 621399 and the small business size standard is $6.5 million. Potential offerors may submit an offer for one or both part-time positions and/or one or both full-time positions for the base year and each option year. The proposed hourly rates must be inclusive of transportation, food, and lodging, etc. PRICE SCHEDULE – PHARMACY SERVICES: CONTRACT LINE ITEM NUMBER (CLIN) ONE: PART-TIME PHARMACIST: BASE PERIOD: 240 hours @ $____________ per hour = $______________; OPTION YEAR ONE: 1040 hours @ $____________ = $______________; OPTION YEAR TWO: 1040 hours @ $____________ = $______________; OPTION YEAR THREE: 1040 hours @ $____________ = $______________; OPTION YEAR FOUR: 1040 hours @ $____________ = $______________; CLIN TWO: PART-TIME PHARMACIST: BASE PERIOD: 240 hours @ $____________ per hour = $______________; OPTION YEAR ONE: 1040 hours @ $____________ = $______________; OPTION YEAR TWO: 1040 hours @ $____________ = $______________; OPTION YEAR THREE: 1040 hours @ $____________ = $______________; OPTION YEAR FOUR: 1040 hours @ $____________ = $______________; CLIN THREE: FULL-TIME PHARMACIST: BASE PERIOD: 480 hours @ $____________ per hour = $______________; OPTION YEAR ONE: 2080 hours @ $____________ = $______________; OPTION YEAR TWO: 2080 hours @ $____________ = $______________; OPTION YEAR THREE: 2080 hours @ $____________ = $______________; OPTION YEAR FOUR: 2080 hours @ $____________ = $______________; CLIN FOUR: FULL-TIME PHARMACIST: BASE PERIOD: 480 hours @ $____________ per hour = $______________; OPTION YEAR ONE: 2080 hours @ $____________ = $______________; OPTION YEAR TWO: 2080 hours @ $____________ = $______________; OPTION YEAR THREE: 2080 hours @ $____________ = $______________; OPTION YEAR FOUR: 2080 hours @ $____________ = $______________; INTRODUCTION: The services will be performed at the Fort Belknap Service Unit, PHS Indian Health Centers at Harlem and Hays, Montana and/or through online pharmacy services. The part-time and full-time pharmacists working onsite will work weekdays from 8:00 a.m. to 5:00 p.m. The pharmacists may also be required to work evening clinic from 9:30 a.m. to 7:00 p.m. on Wednesday. The work schedule will be coordinated with the project officer or his/her designee. PERFORMANCE WORK STATEMENT: Provides pharmaceutical outpatient clinics by assessment, diagnosis, prognosis, and establishment and monitoring of a comprehensive pharmaceutical treatment plan for each individual patient. Takes the appropriate pharmaceutical health history, develops a pharmaceutical treatment plan, adjusts and closely monitors the patient outcome to the prescribed pharmaceutical treatment plan. Discriminates between normal and abnormal pharmaceutical findings to recognize early stages of serious physical, emotional, or mental pharmaceutical problems. Documents all clinical activities, updates problem list, and updates medication allergy information in the medical record. May order and interpret laboratory tests, 24 hour ambulatory blood pressure monitors, EKG’s (for physician review) under the monitoring of a Medical Officer, and/or in consultation with other senior Physicians. May provide new or novel approaches to appropriate pharmaceutical treatment plans, in conjunction with and oversight by a qualified professional medical consultant. Medications will be monitored, triturated and/or altered per Pharmaceutical care protocols or in Pharmacy based clinics. Provides expert pharmaceutical services, with an emphasis and focus on patient/therapeutic dug monitoring. Selects, compounds, dispenses and preserves a wide range of new and complex drugs, medicines and other therapeutic agents. Analyzes medication regimens to ensure the most effective, least toxic, and most economical treatment plans are utilized. Interviews patients to ascertain significant past medical/pharmaceutical history. Evaluates medication regimens for appropriateness, drug interactions, therapeutic duplications, noncompliance and adverse drug events. Serve as a therapeutic consultant to the medical staff and other health professionals within the hospital. Ensures accuracy in the filing and dispensing of prescription and over-the-counter drugs on orders by physicians, optometrists, physician assistants, family nurse practitioners, and dentists. Dispenses prescriptions and over-the-counter drugs without the patient seeing the doctor (Pharmacy Primary Care) to treat a wide variety of common ailments. Counsels patients on the use, storage, cautions and side effects of all medications dispensed as well as documentation of cognitive services provided. Serves as the expert resource for the Pharmacy and Therapeutics Committee and is primarily responsible for managing the Medical Staff’s drug utilization functions. Prior to dispensing, reviews, and analyzes the patient’s medical record for therapeutic appropriateness including diagnosis/treatment, pharmacokinetic, drug-drug, drug-disease, drug-food interactions and patient allergy. As necessary, recommends and/or suggests alternative medications to avoid incompatibilities, alleviate side effects, overcome potentiating drug combinations and prevent antagonistic reactions. The Medical Staff or credentials/privileges Committee must, formally approve prescriptive authority. Prescriptions may be initiated for medical staff approved formulary agents or expendable medical supplies. Prescriptions may be canceled if the patient is no longer using the medication, the medication is being replaced by another, or if the medication is adding to no therapeutic benefit. Prescriptions may be renewed up until the next visit with the appropriate provider if they have expired or were previously canceled in error. Prescriptions may be written to change doses on existing medications. Prescriptions may be written to change medications within major and minor drug classes. No prescriptions shall be written for inject able medication with the exception of insulin and cyanocobalamin. Provides education to patients and their families about medications, common disease states and information on health promotion and disease prevention. Develops and establishes clinical/pharmaceutical protocols for medical and administrative research by consulting with appropriate Medical Health care providers. Develops and coordinates independent clinical research activities and projects with emphasis upon the upgrade of quality patient care. KNOWLEDGE REQUIRED BY POSITION: Bachelor of Science in Pharmacy which includes professional knowledge of the theories, principles, practices, and techniques of clinical pharmacy and basic pharmacy, to provide direct clinical pharmaceutical patient services and specialty board certification or completion of an ASHP or hospital or ambulatory pharmacy residency is required or National certification. Documented Credentials and privileges by the Medical Staff are required, prior to conducting Pharmacy clinics. GUIDELINES: 25 United States Code, sections 1641 and 1642 of Title IV, Public 94-437, as amended, provided broad criteria (guidelines) for certain health professionals within the Indian Health Service to be designated as Clinical Pharmacy Specialists. COMPLEXITY: Since the clinical-pharmacy specialist functions are relatively new, the work includes the establishment of new clinical-pharmaceutical approaches and implementing new procedures. The work requires originating, establishing and monitoring protocol criteria and developing new clinical-pharmaceutical techniques and methods not previously utilized. The work involves resolving conflicting pharmacy vs. medical requirements and dealing with a very broad range of clinical-pharmaceutical subjective factors. The subjective factors include, but are not limited to, uncertainty of the effectiveness of new procedures innovative techniques and innovative methods. SCOPE AND EFFECT: The purpose of the work is to research and establish clinical-pharmaceutical protocol for the hospital, develop and establish local policy and standard operating procedures for the effective treatment of clinical-pharmaceutical patients. The work includes patient assessment of clinical-pharmaceutical needs, planning for the pharmaceutical needs and teaching pharmacy patients and their immediate families. The work directly affects the health and well being of individual patients, families, groups of patients and impacts upon the total reservation community. The clinical pharmacy specialist is the primary pharmaceutical health advisor for the hospital, reservation and local tribal government. The scope of the clinical pharmacy specialists’ non-routine responsibilities and prescriptive authority will be determined and granted in writing, by the senior Medical Staff, of the Privileging and Credentials Committee of the Service Unit. Prescriptive authority will be granted in writing to the clinical pharmacist specialist, consistent with their documented and approved scope of practice and will not require physician co-signatory. PERSONAL CONTACTS: Contacts are numerous and often in difficult settings with complex and sometimes uncooperative medical patients. Contacts are with staff members of the health center and Service Unit, outpatients, general public, business representatives. Serves as preceptor for students and provides educational programs to the entire health professional staff, specific patients and tribal groups. Represents the Medical Staff in meeting with other professional organization, public meetings or drug industry representatives. PURPOSE OF CONTACTS: Contacts are with individual patients; families of patients, physicians and other health professionals to develop, establish, explain, review and monitor a comprehensive clinical-pharmaceutical treatment care plan and assure a positive desired outcome. Contacts involve working with very difficult and uncooperative patient populations of all ages. Many of the patients lack understanding of their disease process and do not want to understand. Many patients are in denial of the disease process and may require referral to other medical professionals, such as the metal health unit. Many patients need special assistance such as an interpreter or due to a handicapping condition. Many of the contacts require repeated attempts to assure difficult and uncooperative patients adhere to the prescribed medical-pharmaceutical treatment plan. Contacts involve extensive explanation to simply complex medical terms and treatment plans into “lay men” terms to motivate the patient to accept and follow the treatment plan. Contacts with the medical and nursing staff are to provide a broad range of professional expertise regarding clinical pharmacy and pharmaceuticals. Pharmacy contacts with outpatients are to ensure safe and effective compliance with drug regimens, monitor chronic drug therapy and provide pharmacy based acute care services. Pharmacy contacts with the general public, community and tribal leaders and health oriented community representative’s regards health education presentations on a wide variety of health/pharmacy related subjects. Contacts with business representatives are to elicit from these individuals information regarding their company’s products and services available. PHYSICAL DEMANDS: Much of the time is spend standing and bending. The work is also involves frequent walking to various locations of the medical facility. Lifts or moves patients or medical equipment that weighs over 50 pounds. WORK ENVIRONMENT: The work is performed in the clinic, hospital, emergency room, field clinics and/or pharmacy. Exposure to infectious and contagious disease is common. May be required to wear specialized safety equipment or clothing to prevent expose to blood and body fluids. 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. COMPUTER SECURITY: Pursuant to the Federal Information Security Management Act of 2002 (FISMA), the contractor will be required to complete a course in Computer Security Awareness Training (CSAT). This training must be completed annually by all employees including all contractors, volunteers, students, and summer externs. The Contractor will be required to comply with the Federal Information Processing Standards Publication (FIPS PUB) Number 201, "Personal Identity Verification of Federal Employees and Contractors," and the associated Office of Management and Budget (OMB) implementation guidance for personal identity verification for all affected contractor and subcontractor personnel; and the Interconnection Security Agreement for online services. PERFORMANCE-BASED SERVICE DELIVERY SUMMARY: The contract Pharmacists performance will be measured based on the following Performance Requirements: (1) Quality of Performance; (2) Shift Coverage; (3) Documentation of Medical Records; and (4) Customer Service. The Performance Requirements will be measured against the following Government Performance Standards: (1) Provide Pharmacy Services as specified in the Performance Work Statement; (2) Must be available for shift coverage; (3) Complete medical records in accordance with Critical Access hospital accreditation standards and Fort Belknap Service Unit medical staff by-laws, rules and regulations; and (4) 5 or more customer complaints. The Method of Government Surveillance to determine compliance with the Performance Requirements are as follows: (1) Peer reviews (i.e., written evaluations) and periodic conferences between the contractor and project officer; (2) Random Sampling by the project officer or his/her designee; (3) Random Sampling by the project officer or his/her designee; and (4) Validated Complaints. Deduction Schedule: A 5% deduction shall be assigned to each Performance Requirement. Deductions shall be assessed against individual invoices when services are not performed or do not meet contract requirements. PERIOD OF PERFORMANCE: Date of Award (July 2008) through September 30, 2008, with four 12 month options. GOVERNMENT FURNISHED PROPERTY: The Department will provide orientation to the Contractor as to their specific duties and responsibilities. The Department will provide the Contractor with standard and specialized equipment and supplies needed for the performance and delivery of services including the use of a computer. The Department is responsible for getting the Contractor access and clearances to all pertinent Intranet, Internet and computer services necessary to carry out his/her duties. 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 its invoice to the Supervisor at the Fort Belknap Service Unit, PHS Indian Health Center, RR 1, Box 67, Harlem, Montana 59526. The Contractor agrees to include the following information on each invoice: (1) Contractors name, address; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service including the number of hours worked; and (6) Remit to address. The Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107, shall make payment. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes has been made 15 days after each quarter. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children's services are provided. CHILDCARE NATIONAL AGENCY CHECK AND INVESTIGATION (CNACI). A CNACI must be completed for all Indian Health Service (IHS) contractor personnel within the Billings Area. Public Law (P.L.) 101-630, Indian Child Protection and Family Violence Prevention Act and P.L. 101-647, Crime Control Act of 1990, require the IHS to conduct a character and criminal history background investigation on all contractors performing services in IHS facilities. The Administrative Officer at the Fort Belknap Service Unit will conduct the character and background investigations. 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 shall be used to evaluate offers and are included in the relative order of importance: (1) Professional Education=20 POINTS. (Pharmacist must possess a degree from an accredited college of pharmacy and submit evidence of such with offer; (2) Current, unrestricted State license=20 POINTS. (Pharmacist must submit a copy of pharmacy license); (3) Clinical Practical Experience=20 POINTS. (Pharmacist must describe past and current clinical experience in pharmacy.); (4) Experience with the Resource Patient Management System (RPMS) and Electronic Health Record (EHR)=20 POINTS. (Pharmacist must describe past and current experience with the RPMS and EHR systems); and (5) Past Performance Information=20 POINTS. The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts/jobs. The offeror must list at least three contracts/jobs and include the following information. (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service/Employment; (4) Total contract value/Hourly wage; (5) Description of contract work/Job duties; (6) Contracting Officer/Company Manager and telephone number; (7) Program Manager and telephone number, if applicable; and (8) Administrative Contracting Officer and telephone number, if applicable. Technical and past performance, when combined, are considered equal to 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, 52.204-9, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.245-1, 52.245-2, 52.249-12, 352.202-1, 352.215-1, 352.215-70, 352.223-70, 352.232-9, 352.270-2, 352.270-3, 352.270-4, 352.270-6, 352.270-7, 352.270-10, 352.270-11, 352.270-12, 352.270-13, 352.270-16, 352.270-17, 352.270-18, and 352.270-19. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-6, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13 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/oamp/policies/hssar.doc. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must register with the Department of Defense Central Contractor Registration (CCR) database prior to award. The CCR is the primary Government repository, which retains information on Government contractors. You may register via the Internet at http://www.ccr.gov or by calling (888) 227-2423 or (269) 961-5757. All responsible offerors may submit a proposal, which shall be considered by the Agency. 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 June 20, 2008. 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 Rita.Langager@ihs.gov or by fax at (406) 247-7108. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 90 days from the date of receipt by the Government.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f0e10b93560d0480457a56e702c1f7c1&tab=core&_cview=1)
- Document(s)
- FAR Provision 52.212-3
- File Name: Federal Acquisition Regulation (FAR) 52.212-3 Offeror Representations and Certifications - Commercial Items (MAY 2008) that must be completed and submitted with offer. (52.212 3.May2008.doc)
- Link: https://www.fbo.gov//utils/view?id=1a55af43742c61afd30526d6f98462cf
- Bytes: 120.50 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Federal Acquisition Regulation (FAR) 52.212-3 Offeror Representations and Certifications - Commercial Items (MAY 2008) that must be completed and submitted with offer. (52.212 3.May2008.doc)
- Record
- SN01585472-W 20080605/080603215610-f0e10b93560d0480457a56e702c1f7c1 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |