SOLICITATION NOTICE
Q -- PSYCHIATRIC NURSE CONSULTANT - FAR provision 52.212-3
- Notice Date
- 2/1/2010
- Notice Type
- Combined Synopsis/Solicitation
- 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-10-10-018-REL
- Archive Date
- 3/3/2010
- Point of Contact
- Rita E Langager, Phone: 406.247.7293
- E-Mail Address
-
rita.langager@ihs.gov
(rita.langager@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Federal Acquisition Regulation (FAR) provision 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2009), that must be completed and submitted with offer. 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. The procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of Federal Acquisition Regulation (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, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), and FAR Subpart 37.1, Personal Services Contracts (Public Law 103-332, Department of the Interior and Related Agencies Appropriation Act, Title II, September 30, 1994, 108 Stat. 2530, as implemented by 5 U.S.C. 3109). 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 fixed-price commercial item contract in response to Request for Quotation (RFQ)-10-10-018-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 2005-38. The associated North American Industry Classification System code is 621399 and the small business size standard is $7.0 million. Prospective contractors are requested to provide an all-inclusive daily rate. PRICE SCHEDULE - PSYCHIATRIC NURSE CONSULTANT: 158 days @ $____________________ per day = $_________________________. STATEMENT OF WORK: The purpose of this contract is to acquire a Psychiatric Nurse Consultant to provide psychiatric nurse consultation services to the Billings Area Indian Health Service (BAIHS). The contractor will also be required to provide administrative oversight and support for the BAIHS Mental and Social Service Programs. The consultant will be based out of the Billings Area IHS Area Office, Billings, Montana with services being carried out through the BAIHS service area. The service areas will include the Tribal and IHS facilities located on the Blackfeet Indian Reservation, Browning, Montana; Crow Indian Reservation, Crow Agency, Montana; Fort Belknap Indian Reservation, Harlem, Montana; Fort Peck Indian Reservation, Poplar, Montana; Northern Cheyenne Indian Reservation, Lame Deer, Montana; and Wind River Indian Reservation, Fort Washakie, Wyoming. The Urban Indian Health service areas are located in Billings, Montana; Great Falls, Montana; Butte, Montana; Helena, Montana; and Missoula, Montana. Major Duties: (1) The contractor will be responsible for assisting in the recruitment of professional Mental Health/Social Work staff. The contractor will provide technical assistance to the Service Units regarding the recruitment of psychiatrists. (2) The contractor will be responsible for providing professional training in psychiatric nursing and mental health topics for primary health care providers. (3) The contractor will assist the Service Unit medical staff regarding appropriate methods of performance improvement, including peer review of mental health patient care. (4) The contractor will perform case consultation/technical assistance to Mental Health and Social Work staff in the field. (5) The contractor will provide forensic psychologist project program development and onsite program consultation to Indian reservation based Mental Health and Social Work service facilities. (6) The contractor will provide in-depth evaluations of service unit and/or urban Indian clinics Mental Health and Social Services programs, to assist the Service Units, Urban Indian clinics, and BAIHS in meeting the standards of care. (7) The contractor will provide utilization review of the care of patients referred outside the IHS for psychiatric treatment. This may include onsite reviews of treatment programs. (8) The contractor will work with Service Unit Mental Health staff to increase the provision of coordinated care to patients with co-occurring mental health and addiction disorders. The contractor will provide technical assistant as requested by Tribal and/or Urban Indian Clinic Alcohol and Substance Abuse Programs. (9) The contractor will provide technical assistance (TA) to other behavioral health staff, physicians and nurses on the emergency nursing management of acute psychiatric patients, victims of rape and family violence and patients who are acutely intoxicated and belligerent. (10) The contractor will be available to respond for crisis consultation at service units when requested by the service and concurrence by the BAIHS. The contractor will provide direct nursing case management to patients in crisis such as suicide threats and attempts, victims of rape and family violence, victims of child abuse, experiencing marital discord, undergoing relapse of chronic mental illness or experiencing a psychotic episode. The contractor will provide in-depth psychiatric nursing assessment of the full range of emotional and psychiatric disorders applying DSM diagnostic criteria. The contractor will see patients on an impatient and outpatient status as requested. (11) The contractor will provide consultation to the Area Child Protection Team when requested. (12) The contractor will provide community consultation and education in a wide variety of health topics utilizing one's nursing background and psychiatric expertise, e.g., suicide prevention, chronic pain, diabetes, eating disorders, depression, addictions of all types, exercise and wellness. (13) The contractor will provide workshops and teaching seminars for Tribal, Urban and IHS staff in psychiatric nursing topics. May apply for approval via Institutional Review Board to conduct research studies including epidemiological studies in order to further the knowledge base concerning cross-cultural psychiatry. (14) The contractor will provide technical assistance to the BAIHS Behavioral Health Program about community and facility needs based on current standards and developments in the field. (15) The contractor will provide programmatic assistance to Service Units and Urban Indian Clinic Behavioral Health staff in the use of the IHS Behavioral Health software. (16) The contractor will work two days per week or as required. The contractor will be supervised by the Billings Area Indian Health Service Supervisory Program Management Officer. (17) The contractor must possess a Master's degree in Psychiatric Nursing and have a current, active and unrestricted nursing license in accordance with the Billings Area Indian Health Service Circular No. 00-02, Professional Licensure/Certification. Must have five years of experience working with Tribal and Indian Health Service Mental Health and Social Service Program. (18) The contractor will attend and participate in meetings and in-service sessions pertinent to carrying out the scope of work. The contractor will attend one or more training sessions during the 12 month term to maintain proficiency in the field of behavioral health. (19) The IHS agrees to provide the contractor with the following: (a) Office space including a computer, office supplies and telephone; (b) Clerical support; (c) Travel costs and any other transportation expenses in accordance with the Federal Travel Regulations (41 C.F.R. Chapter 300 through 304); and (d) General Services Administration (GSA) vehicle. The contractor is authorized, for official purposes only, to utilize interagency fleet management system (IFMS) vehicles and related services. The contractor shall provide evidence of motor vehicle liability insurance covering bodily injury and property damage to protect the contractor and the Government against third party claims arising from the use of an IFMS vehicle. The contractor shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The contractor shall comply with the requirements of Federal Acquisition Regulation (FAR) 51.2, 41 C.F.R. 101-39, 41 C.F.R. 102.34, and the operator's packet furnished with each vehicle. (20) The contractor will submit written activity reports to the project officer on a quarterly basis. The contractor will meet monthly with the Area Behavioral Health Program Officer to discuss the activities and address any problem areas. (21) The contractor shall submit to the Contracting Officer, 15 days after each quarter, evidence that payment of employment taxes has been made. PERIOD OF PERFORMANCE: The performance of this contract shall be from April 1, 2010, through March 31, 2011. 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. 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. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes has been made 15 days after each quarter. 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. The Contractor agrees to include the following information on each invoice: (1) Contractor's name and address; (2) Contract Number; (3) Invoice number and date; (4) Dates of Service including the number of hours worked and total amount due; and (5) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. 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. CHILD CARE 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 character and background investigations will be conducted by the Billings Area IHS Office. 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 CONTRACTOR SHALL PROVIDE EVIDENCE OF, OR SUBMIT A WRITTEN RESPONSE TO, THE FOLLOWING TECHNICAL EVALUATION FACTORS. The following factors shall be used to evaluate offers: (1) Professional Education/License. 10 Points. Must have a nursing degree and possess an active unrestricted license in a State, District of Columbia, the Commonwealth of Puerto Rico, or a territory of the United States. (2) Post-Graduate Training. 40 Points. Must possess a Master's degree in Psychiatric Nursing. (3) Position commands a working knowledge of suicide prevention at an individual and community level, crisis intervention, community education and referral networks and ability to assist with training of other health workers in the provision of emergency psychiatric services. 20 Points. The offeror must include a written statement addressing experience with suicide prevention and training. (4) Past performance information. 30 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. Technical and past performance, when combined, are approximately 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, 52.223-5, 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, 52.249-12, 52.251-1, 52.251-2, 352.202-1, 352-215-1, 352.215-70, 352.223-70, 352.224-70, 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, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 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 https://www.acquisition.gov/ and http://hhs.gov/oamp/dap/hhsar.html. CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST REGISTER WITH THE DEPARTMENT OF DEFENSES CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE. THE CCR IS THE PRIMARY GOVERNMENT REPOSITORY, WHICH RETAINS INFORMATION ON GOVERNMENT CONTRACTORS. YOU MAY REGISTER VIA THE INTERNET AT https://www.bpn.gov/CCR/default.aspx OR BY CALLING (888) 227-2423. 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. 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 February 16, 2010. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-10-018-REL/listing.html)
- Record
- SN02053976-W 20100203/100201234358-9541a9f0e907a1ada1f607d295016de1 (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 |