SOLICITATION NOTICE
Q -- Surgical Peer Review Services- Butner, North Carolina
- Notice Date
- 6/11/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, Texas, 75051
- ZIP Code
- 75051
- Solicitation Number
- RFQ10611-0009-08
- Archive Date
- 12/31/2008
- Point of Contact
- Lori Wehling,, Phone: (972) 352-4525, Dennis E. Dempsey,, Phone: 972-352-4541
- E-Mail Address
-
lwehling@bop.gov, dmdempsey@bop.gov
- Small Business Set-Aside
- N/A
- Description
- Request for Quotation 10611-0009-08 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; quotes are being requested and a written solicitation will not be issued. SURGICAL PEER REVIEW SERVICES General Information- The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas, intends to award a firm-fixed price indefinite-delivery, requirements type contract for the provision of surgical peer review services for the inmate population at the Federal Medical Center (FMC) located in Butner, North Carolina. The FMC is part of the Butner Federal Correctional Complex. FMC Butner is an administrative facility that houses male inmates of all security levels. An adjacent satellite prison camp houses minimum security male inmates. General information regarding the Bureau of Prisons (BOP) and its facilities is available at www.bop.gov. Place of Performance- Services will be performed at FMC Butner, Old N. Carolina Hwy 75, Butner, NC, 27509. Scope of Services- The contractor shall provide all necessary personnel and resources to provide for clinical peer reviews, evaluation of in-house surgical procedures, and establishment of a Quality Assurance and Control (QAC) Program at the FMC. The following definitions are applicable: Physicians are Medical Doctors and Doctors of Osteopathy who have an active, current, full and unrestricted license to practice within an individual profession in a state territory, or commonwealth within the United States of America or District of Columbia. Clinical Peer Reviewers are physicians and non-physicians who have education and clinical expertise in the same specialty as the practitioner involved in the care. If the contractor is a business entity or agency, licensed physicians possessing the required credentials and meeting the minimum requirements to provide these services may be used. Evaluation of In-House Surgical Procedures: Evaluation of clinical care provided by physicians and providers to determine the quality of surgical care provided based on clinically recognized community and Joint Commission standards. Quality Assurance and Control (QAC) program: Review of information shall be documented on the QAC form which will be provided by the contractor. General Information- Internal clinical peer reviews and QACs are conducted to improve the delivery of healthcare processes through evaluation of patient care, safety and actual clinical performance of practitioners. The establishment of the QACs and input provided by the contractor shall be honest, unbiased, and professional in nature. Reviews shall be utilized to assist in the determination of quality of patient care provided. Performance Requirements- The contractor shall review medical cases selected by FCC Butner, provide input to the Medical Executive Committee, and establish QAC services as requested by the Contracting Officer’s Technical Representative (COTR). FCC Butner shall provide all necessary medical record information to render a review decision. The contractor shall establish QAC services at FCC Butner according to clinically recognized community standards and practices including, but not limited to, clinical practice guidelines. The QAC shall include, at a minimum, systems review, peer review and mortality reviews. The contractor will identify and apply all clinically recognized community standard guidelines. Reviews shall be completed by physicians and providers from the same discipline/specialty as the practitioner(s) who provide direct patient care. The contract shall address any questions or areas of concern FCC Butner may have relating to assessments, diagnoses, non-surgical treatment, patient follow-up of medical case being reviewed. The contractor shall identify discrepancies in the medical record documentation of the medical cases or in the quality of care provided. FCC Butner shall specify the medical cases and questions to be addressed by the contractor on each occasion a review is requested. Review determinations on all cases submitted shall be based on the available information submitted by FCC Butner only. The contractor shall used their own QAC form to document the reviewer’s findings. The complete and legible form shall be provided to FCC Butner. The contractor shall be available to provide the required service between the hours of 08:00 a.m. and 12:00 p.m. every other Tuesday, for a total of two four-hour sessions per month. More session may be required based upon the medical center needs and will be scheduled by mutual agreement of the contractor and Government. Peer reviews shall be conducted at least quarterly, or more frequently as deemed necessary. The contractor shall employ evidence-based standards of medical care whenever possible. Supplies- In recognition of institution security concerns, the Government will supply materials and equipment for contractors use (i.e. consult room space, and office supplies.) The contractor will ensure that such space and supplies are used only for legitimate program purposes. All records maintained by the contractor under this contract will remain the property of the institution. Contractor Personnel Requirements- Physicians providing internal clinical peer review, evaluation of in-house surgical procedures, and establishing the QAC services shall be Board-Certified in Surgery and/or a surgical subspecialty, have a current faculty/clinical appointment at a hospital or medical school, have a minimum of five years in the practice of surgery or subspecialty, and maintain a current valid and unrestricted license to practice surgery in a state, territory, or commonwealth of the United States or District of Columbia. Method of Performance- The contractor has sole responsibility and discretion for choosing and implementing the manner and method of performing tasks outlined in this solicitation as long as the requirements are met in accordance with the policies described above. These services, although not directly supervised, shall be reviewed by institution medical staff to ensure contract compliance. The contractors performance will be evaluated in accordance with FAR Part 42. Contract monitoring reports will be prepared and maintained in the contract file. Institution Security and Inmate Management- The contractor agrees to adhere to all regulations prescribed by the institutions in regards to the safety, custody, and conduct of inmates. Prior to commencing service under any contract, the contractor will be provided with a security and BOP procedures orientation session, consisting of approximately four (4) hours. Additionally, a refresher orientation must be completed annually. The BOP requires all non-employees to sign in and out of the institution for security reasons. Additionally, the contractor will be required to wear an ID badge, provided by the Government, at all times within the confines of the FMC. CONTRACT PRICING - Contract pricing should include all charges to the Government for performing the services required by this contract (e.g., insurance, overhead, profit, supervision, etc.). The quantity of services to be provided by the Contractor is estimated below and is not a representation to a quoter or contractor that the estimated quantities will be required or ordered or that conditions affecting requirements will be stable or normal. Contract pricing shall be based upon a per session rate and a session is defined as one (1) hour in duration. PRICING METHODOLOGY - Pursuant to FAR 17.203(b), the Governments evaluation of quotes shall be inclusive of options. Pursuant to FAR 17.203(d), the quoter may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. CONTRACT CLAUSES: 52.252-2 -- Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer. 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2007) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.204-4 Printed or copied doubled-sided on recycled paper (AUG 2000) 52.204-9 Personal Identity Verification of Contractor Personnel (SEP 2007) 52.223-5 Pollution Prevention and Right to Know Information (AUG 2003) 52.224-1 Privacy Act Notification (APR 1984) Medical records and patient health information. 52.224-2 Privacy Act (APR 1984)52.228-5 Insurance - Work on a Government Installation (JAN 1997) Workers compensation or Employers liability: $100,000; and General Liability written on the comprehensive form of policy of at least $500,000 per occurrence for bodily injury. 52.232-18 Availability of Funds (APR 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.237-7 Indemnification and Medical Liability Insurance (JAN 1997) $1,000,000 per specialty per occurrence 52.253-1 Computer Generated Forms (JAN 1991) The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted: 52.216-18 Ordering (OCT 1995) - (a) from the first day of the effective performance period through the last day of the effective performance period 52.216-19 Order Limitations (OCT 1995) - (a) less than one session; (b) (1) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (2) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (3) 30 days; (d) 5 days 52.216-21 Requirements (OCT 1995) - (f) after the last day of the effective performance period 52.217-8 Option to Extend Services (NOV 1999) - prior to expiration of the current performance period 52.217-9 Option to Extend the Term of the Contract (MAR 2000) - on or before the first day of the option period; 60 days; but excluding the exercise of any option under the clause at 52.217-8 which is also incorporated into this contract, shall not exceed five (5) years. 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) - beyond September 30th of the Base year or any option year exercised; beyond September 30th of the Base year or any option year exercised Contracting Officers Technical Representative (JAR 2852.201-70) (a) Terry Kilpatrick, Assistant Health Services Administrator Unsafe Conditions due to the Presence of Hazardous Material (JAR 2852.233-70) Department of Justice (DOJ) Residency Requirement - BOP clause (JUN 2004) Notice of Personnel Security Requirements (OCT 2005) Security of Personal Data (DEC 2006) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2008)- (b) 1, 7, 16, 18-22, 24 36. OTHER CONTRACT TERMS AND CONDITIONS: Type of Contract: A resultant contract will be an indefinite delivery/requirements type contract with firm-fixed pricing. It is anticipated that contract award resulting from this solicitation will be made approximately August 1, 2008. Performance Period: The periods of performance of the resulting contract shall be Base - Effective Date of Award (EDOA) thru 12 months; Option 1 - 13 months from EDOA thru 24 months; Option 2 - 25 months from EDOA thru 36 months; Option 3 - 37 months from EDOA thru 48 months; Option 4 - 49 months from EDOA thru 60 months. The contractor shall commence performance of services under this contract, by submitting required documentation to initiate security clearance, within 14 calendar days from effective date of award of the contract. In accordance with FAR 46.503 and 46.403(a)(6), the place of acceptance for services under this contract is at the destination, FMC Butner located in Butner, North Carolina. Ordering Official: Task orders may be issued only by the Contracting Officer, Administrative Contracting Officer, or an ordering official for the institution with an appropriate certificate of appointment or a delegation of authority for commercial purchase card purchases. Security and Investigative Requirements: The employees of the contractor entering the institution may be required to meet certain security requirements prior to entering the institution. Primary concerns are the amount of contact that may occur between the contractor and his/her employees with the inmate population during the performance of the contract. Contractor employees are allowed access to the institution at the sole discretion of the Warden of the institution. The program manager at FMC Butner is responsible for conducting the appropriate law enforcement check on all contractor staff that may need access inside the prison facility. The following investigative procedures may be performed: 1). National Crime Information Center (NCIC) check; 2). DOJ-99 (Name Check); 3). FD-258 (fingerprint check); 4). Law Enforcement Agency checks; 5). Vouchering of Employers; 6). Resume/Personal Qualifications; 7). OPM-329-A (Authority for Release of Information); 8). National Agency Check and Inquiries (NACI) check (if applicable); and 9). Urinalysis Test (for the detection of marijuana and other drug usage) By submitting a quote for service, the contractor and its employees agree to complete the required documents and undergo the listed procedure. Contractors are hereby notified that the security clearance process can take up to 60 days to complete. An individual who does not pass the security clearance will be unable to enter the BOP facility. Any individual employed by the contractor who is deemed not suitable by the BOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. Finally, the contractor shall be in compliance with 8 CFR 274a regarding employment of aliens. Any contract resulting from this solicitation is subject to the policies and requirements stipulated in FAR 37.401 regarding procurement of nonpersonal healthcare services. Additionally, award of a nonpersonal service contract does not constitute an employer/employee relationship. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23. SOLICITATION PROVISIONS: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov 52.212-1 Instructions to Offerors - Commercial Items (APR 2008) tailored to delete paragraphs at c, d, h, and I as they have been determined to be non-applicable to this solicitation. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. 52.212-3 Offeror Representations and Certifications - Commercial Items (MAY 2008) 52.217-5 Evaluation of Options (JUL 1990) 52.233-2 Service of Protest (SEP 2006) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5006, Washington, D.C. 20534 52.237-1 Site Visit (APR 1984) Protests Filed Directly with the Department of Justice (JAR 2852.233-70) Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Freedom of Information Act Notice- Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. Quoters are hereby notified, in accordance with FAR 52.212-1(g), the Government intends to evaluate quotes and extend an offer of contract award to the offeror whose quote contains the best terms from a price and technical standpoint. The North American Industrial Classification (NAICS) code is 621111 and the applicable small business size standard is $9.0 million. SUBMISSION OF QUOTATIONS: On letterhead or business stationary, the following information is required: 1) Vendor DUNS Number 2) PRICING SCHEDULE- Quotes should include pricing for an estimated quantity of 96 sessions for each contract performance period. Quotes must clearly identify the price for the Base Period, Option 1, Option 2, Option 3, and Option 4. 3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov. 4) Documentation of Qualification: Quotes must include photocopies of each document evidencing compliance with the minimum qualification requirements stated in this solicitation. Quoters must specifically identify the provider(s) that will perform service under any subsequent contract award. The contractor must provide proof that their candidate(s) meet all qualifications at the time the quote is submitted. 5) Evidence of insurability concerning medical liability insurance requirement. 6) Point of Contact information for professional references. Quoters should provide a list of the last three contracts awarded to your firm which are of a related nature. Include the following for each: Customer Name, Address, Phone, Fax, Email address; Contract Number; Contact Person; Type of Work; Contract Amount; Contract Status (Active or Complete). 7) Point of Contact information for financial reference. Quoters should also provide contact information for a financial reference to include Bank Name, Address, Phone, and Contact Person. Financial references such as banking institutions generally require your authorization for release of information. If your reference will require a release- provide an authorizing statement with your quote submittal. Quotes must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051 no later than 2:00pm local time on Wednesday, July 9, 2008. Written quotes will be accepted by mail, hand-carried delivery, fax, or email. Mailed or Hand-carried Quotes must be delivered to the attention of Lori Wehling, Contract Specialist at the address shown. The official point of receipt for hand-carried quotes will be at the first floor reception area of the address listed above. Please give 24 hours of advanced notice to Contracting Officer prior to hand-carrying quotes to accommodate access to secured base. Faxed Quotes must be faxed to 972-352-4545, Attn: Lori Wehling, Contract Specialist. Quotes should be clearly marked with the solicitation number and include all required information. Emailed Quotes must be sent in.pdf format only to lwehling@bop.gov. Include the following in your subject line: Quote submitted in response to RFQ 10611-0009-08. Quotes must include all required information. Quoters are advised to submit any questions regarding this requirement in writing to Lori Wehling, Contract Specialist at the email address listed below.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ba6247315e5b8a376305858e6e868331&tab=core&_cview=1)
- Place of Performance
- Address: FMC Butner, Old N. Carolina Hwy 75, Butner, North Carolina, 27509, United States
- Zip Code: 27509
- Zip Code: 27509
- Record
- SN01591443-W 20080613/080611222206-ba6247315e5b8a376305858e6e868331 (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 |