SOLICITATION NOTICE
Q -- Ear, Nose and Throat Specialty Services for the Sioux San Indian Health Service Hospital in Rapid City, SD - Clauses Incorporated by Reference and in Full Text - Ethics Policies - Contractor Inserts - Business Associate Agreement
- Notice Date
- 8/15/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
- ZIP Code
- 57401
- Solicitation Number
- RFQ-2012-004
- Archive Date
- 9/15/2011
- Point of Contact
- Courtney J. Davis, Phone: 6052267241
- E-Mail Address
-
courtney.davis@ihs.gov
(courtney.davis@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Business Associate Agreement Contractor Inserts Ethics Policies Clauses Incorporated by Reference and in Full Text 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) & 2305 & 41 U.S.C. 253(g) & 253a & 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, Non-personal 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 Aberdeen Area Indian Health Service (IHS) intends to award a firm-fixed price commercial item purchase order in accordance with the Request for Quotation (RFQ) 12-004, for Ear, Nose and Throat Specialty services for the Sioux San IHS Hospital in Rapid City, South Dakota. The solicitation is issued as a 100% small business set-aside. The solicitation documents & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industry Classification System code is 621111 and the small business size standard is $10.0 million. BID SCHEDULE: EAR, NOSE, AND THROAT SPECIALTY SERVICES: the quoted pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state and local taxes) plus all other costs pertinent to the performance of this purchase order. Please complete the following pricing schedule utilizing your most competitive and reasonable rates which the IHS will use to the "Best Value" to the government. 1. BASE YEAR (10/01/2011 through 9/30/ 2012) ENT Specialty services: 48 hours per year (4 hours per month x 12 months) x $ ____________ per hour 2. OPTION YEAR ONE (10/1/2012 through 9/30/2013) ENT Specialty services: 48 hours per year (4 hours per month x 12 months) x $ ____________ per hour 3. OPTION YEAR TWO (10/1/2013 through 9/30/2014) ENT Specialty services: 48 hours per year (4 hours per month x 12 months) x $ ____________ per hour 4. OPTION YEAR THREE (10/1/2014 through 9/30/2015) ENT Specialty services: 48 hours per year (4 hours per month x 12 months) x $ ____________ per hour STATEMENT OF WORK Purpose of Contract: The mission of the Rapid City Indian Health Service Hospital is to provide the best possible healthcare services to the Native American population eligible for care at the Rapid City Service Unit in South Dakota. To meet the mission, the Rapid City Service Unit requires contractor support to assist the Service Unit in the recruitment and placement of an Otolaryngologist into a temporary duty assignment in the Rapid City IHS Hospital. The contract effort shall be tailored to provide a wide range of ENT Consultation Services. The purpose of the contract is for the recruitment, credentialing, and placement of an Otolaryngologist into the Rapid City Indian Health Service Hospital. The care provided by the Contractor shall be as comprehensive as the Indian Health Service supplied facilities, equipment, and support services permit. The contractor will not be required to furnish the necessary personnel, supplies, materials, and equipment to provide ENT Consultation services to the Rapid City Service Unit. The Indian Health Service requires ENT Consultation services continue without interruption during the term of this contract. The contract resulting from this solicitation shall: 1. be a Non-Personal health care services contract under which the contractor is an independent contractor; 2. allow the Government to evaluate the quality of professional and administrative services provided, but retains no control over the medical, professional aspects of the services rendered (e.g., professional judgments, diagnosis for specific medical treatment); 3. require the contractor to indemnify the Government for any liability producing act or omission by the Contractor, its employees and agents occurring during contract performance; 4. require the Contractor to maintain medical liability insurance, in the coverage amount acceptable to the Contracting Officer, which is not less than the amount normally prevailing within the local community for the medical specialty concerned; and 5. require the Contractor to ensure its subcontracts for provision of health care services contain the requirements of the clause at FAR 52.237-7, including the maintenance of medical liability insurance (See Section I); The Contractor shall furnish a board certified eligible Otolaryngologist to perform ENT consultation services at the Rapid City Indian Health Service Hospital. The Contract ENT consultant physician will perform physician services compatible with the Rapid City Indian Health Service medical facilities operating capacity and equipment. Contract ENT consultant physician services shall cover the range of physician services typically provided in a rural civilian practice of similar size. Contract performance shall be according to the requirements contained in the Statement of Work. The standards of medical practice and duties of the Contractor through its ENT clinic shall be determined pursuant to the bylaws of the Rapid City IHS Hospital, the regulations of the hospital, applicable provisions of law, other rules and regulations of any and all governmental authorities relating to licensure and regulation of physicians and hospitals, and the standards and recommendations of the Joint Commission on Accreditation of Healthcare Organizations. The Contract ENT consultant physician shall be required to participate in a quality improvement program which is consistent with current Joint Commission on Accreditation of Healthcare Organization (JCAHO) requirements for on-going monitoring and evaluation of the quality and appropriateness of care. Medical services shall not be performed by a Contract ENT consultant physician until professional staff membership and clinical privileges have been granted in writing by the Indian Health Service Governing Body. As a prerequisite to performance under the resultant contract, the Contract physician performing the services must be privileged in accordance with Indian Health Service/Aberdeen Area credentialing policy. Therefore, compliance with the Indian Health Service privileging requirements is essential in the performance of this contract. Any failure to comply with IHS privileging requirements shall be considered to be nonperformance of the contract. The Government Body will not grant clinical privileges until it is determined that credentials information has been verified. Exceptions to the Indian Health Service credentialing review and clinical privileges process will not be considered. Any Contract physician who fails to maintain medical staff appointment and clinical privileges will not be permitted to perform services under the contract and shall be promptly replaced by the Contractor. The Contractor shall locate, credential, and have available sufficient staffing to provide ENT consultant physician services on a regular schedule to the Rapid City Service Unit. Contract performance will not be required on Federal holidays. Prior to assumption of duty on any scheduled work shift, the Contract ENT consultant physician may be briefed by the Service Unit Clinical Director or his/her designated representative concerning any matter relevant to the Contract physician's assumption and discharge of responsibilities under the terms of this contract. The Contract ENT consultant physician shall advise the Clinical Director or his/her designated representative of any problem encountered, or which may be encountered, in connection with meeting the needs of patients treated by the Contract ENT consultant physician. Continuing problems of any nature shall be reported to the Indian Health Service Project Officer by the Contractor. The Contract ENT consultant physician shall generate and maintain proper medical record information on beneficiaries to whom treatment is provided in accordance with Indian Health Service regulations. The Contract ENT consultant physician shall prepare all medical record documentation to meet or exceed the established standards of the IHS facility to include but not be limited: timeliness, legibility, accuracy, content, and signature. All medical record information generated in the performance of this contract will remain the property of, and subject to, the exclusive control of the Indian Health Service. Documented evidence of treatment and services provided to patients referred outside the facility is required in a timely, accurate, and complete manner, i.e., consult reports. Copies of this documentation must be provided to the Rapid City Indian Health Service Hospital. Treatment of IHS patients shall be performed at the IHS facilities except in certain instances when patients are referred to private facilities for performance of special diagnostic procedures of definitive care not offered in the IHS facility. All referrals to private facilities or providers for specialized diagnostic studies or definitive care not offered at the Rapid City IHS shall follow IHS Contract Health Service regulation and policies on patient referrals. If referral of a patient is deemed necessary for further medical treatment outside the specialty clinic, only IHS contract physicians/hospitals may be utilized. The Contract ENT consultant physician shall become familiar with and be guided by the Indian Health Service formulary. The Contract ENT consultant physician shall follow Indian Health Service procedures when prescribing drugs. The Contract ENT consultant physician authorized to prescribe pharmaceuticals shall do so according to the availability of drugs listed in the IHS formulary. IHS pharmacy services will provide instructions to the prescribing contract practitioner as to substitutions of generic drugs for prescribed drugs. Drugs not on the formulary must be approved by the Service Unit Pharmacy and Therapeutics Committee. The Contract ENT consultant physician shall participate in the Rapid City IHS facility's continual process for quality improvement and strive for excellence in the provision of ENT services. The Contract ENT consultant physician shall meet all applicable Joint Commission on Accreditation of Healthcare Organizations standards during the performance of this contract. The Contract ENT consultant physician shall comply with all IHS facility Infection Control and Safety procedures, practices and standards. The Contract ENT consultant physician shall respect and maintain the basic rights of patients, to include but not limited to personal dignity. Government Furnished Equipment, Facilities, and Property: The Service Unit shall provide exam space necessary for the provision of ENT consultation services. The contract physician will be authorized to use all areas of the medical treatment facility available to civil service and commissioned personnel in similar positions. The same restrictions apply to the contract physician as any other Indian Health Service personnel to use these areas for official business activity only. The contract physician will be authorized to use all administrative and professional support available to Indian Health Service personnel. This will include but not be limited to dictation services, copy machines, telefax machines, medical library, and telephone service. The same restrictions to use these items for official Indian Health Services business apply. The Service Unit will provide transportation to and from the Rapid City airport as needed. The contract physician shall be provided with an orientation to the Indian Health Service and the Indian community being served. The initial orientation and continuing orientation shall be provided by Service Unit personnel. The Service Unit shall provide all medical and non-medical equipment and supplies used in the Rapid City Indian Health Service facility which is compatible with the operating capacity of the Rapid City Service Unit. The Service Unit shall provide the authority for the Contractor physician to purchase meals in the Service Unit dining room when available. The Service Unit shall provide an ongoing method of monitoring and evaluation of the quality and appropriateness of patient care and of identifying deficiencies in the quality of services performed before the level of performance becomes unacceptable. Contractor Furnished Equipment, Facilities, and Property: The Indian Health Service does not anticipate a need for contractor furnished equipment. The Contractor will provide an appropriate white coat and personal physician items such as stethoscopes, reflex hammers, penlights, etc. The Contractor will provide on-site ENT clinic once per month, at mutually agreed upon times, for four (4) hours per clinic at the Rapid City Service Unit. The Contractor will provide service to 15 patient's maximum per clinic. Present will be a board-certified Otolaryngologist. The Contractor will be required to complete Indian Health Service forms in accordance to the Medical Staff By-Laws. Dictation equipment and transcription services will be available for the Contractor's use for patients seen at the Rapid City Service Unit. Dictation and transcription services for patients seen outside the Service Unit will be the responsibility of the Contractor. Work Schedule/Pay Schedule: Work will be performed at a four (4) hour on-site ENT Clinic the last Monday of each month. Period of performance is October 1, 2011 through September 30, 2015. Base year will be October 1, 2011 through September 30, 2012 with three one-year options. No Holiday work will be required. No annual, sick or comp time leave will be accrued. Invoices will be submitted to the Procurement Department monthly. Quality Assurance: Contractor will be evaluated at regular intervals to assure that work products and processes are meeting quality requirements. Contractor shall meet all applicable Joint Commission on Accreditation of Healthcare Organizations and/or CMS standards and comply with all IHS infection control and safety procedures, practices, and standards. Reporting Requirements: Contractor will report to the clinical director. The contractor shall generate and maintain proper medical record information on beneficiaries to whom treatment is provided in accordance with IHS regulations. All medical record documentation shall meet or exceed the established standards of the IHS facility including: timeliness, legibility, accuracy, content and signature. All medical record information generated in the performance of this contract will remain the property of and subject to the exclusive control of the IHS. Professional Qualifications Criteria: The Contract ENT consultant physician shall be board certified/board eligible by the American Board of Otolaryngologists. It is a condition of this contract that all required certifications in the Statement of Work remain current during the life of this contract. The Contract ENT consultant physician must possess hospital privileges at Rapid City Regional Hospital. The Contract ENT consultant physician must hold a current, unrestricted state medical license from any of the 50 United States or the Commonwealth or Puerto Rico. The Contractor ENT consultant physician shall not have any work or health restrictions which interfere with the performance of ENT services. The Contract ENT consultant physician shall speak, understand, read, and write English fluently and communicate with sufficient clarity to be understood by the Rapid City Indian Health Service Hospital personnel and patients. The Contract ENT consultant physician shall possess sufficient initiative, interpersonal relationship skills, and social sensitivity such that he/she can relate constructively to patients from the Native American community. The Contract ENT consultant physician shall maintain standards of personal hygiene. The Contract ENT consultant will provide a current listing of certified continuing medical hours/ credits when applying/renewing clinical privileges at the Rapid City Indian Health Hospital. Character Investigation for Contractors Who Will Have Contact With Indian Children: This is a Non-Personal Service Contract and therefore the contractor is required to fill out a background packet. Federal Tort Claims Liability: This is a Non-Personal Service Contract and therefore this contractor will NOT be covered under the Federal Tort Claims Act. Supervision and Accountability of Personal Service Contractors: This is a Non-Personal Service Contract and therefore services will be monitored by the Project Officer and Clinical Director. All timecards and invoices will be signed by the Project Officer and handed in to the Procurement Office on Thursdays before Noon. Compliance with IHS Rules and Regulations: The contractor will be required to follow all IHS Rules and Regulations and guidelines. The contractor will conduct themselves in a professional manner at all times. Any Special Requirements: The contractor shall advise the clinical director or his/her designated representative of any problems encountered, or which may be encountered, in connection with meeting the needs of patients treated by the contractor. Continuing problems of any nature shall be reported to the IHS Project Officer. PERIOD OF PERFORMANCE: Performance of the contract(s) shall be from October 1, 2011 through September 30, 2012, plus three (3) one-year options. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. 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. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its original invoice to the Aberdeen Area Indian Health Service, Financial Management branch, 115 4th Avenue SE, Aberdeen SD 57401. The Contractor agrees to include the following information on each invoice. (1) Contractors name, address; (2) Contract Number (entire contract number must be included); (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 Aberdeen Area Financial Management Branch, 115 4th Avenue SE, Aberdeen, SD 57401, shall make payment. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including below. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). Quotes shall be submitted on company letterhead stationery. Signed and dated. And it shall include: 1. Solicitation number 2. Closing Date: August 31, 2011 at 3:00 pm CST 3. Name, address and telephone number of company and email address of contact person. 4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. This may include product literature, or other documents, if necessary 5. Terms of any express warranty 6. Price and any discount terms 7. "Remit to" address, if different from mailing address. 8. A completed copy of the representations and certifications at FAR 52.212-3 or a copy of the contractor's Online Representations and Certifications Application (ORCA). 9. Acknowledgment of Solicitation Amendments (if any issued) 10. Past performance information, when included as a "best value" factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). FAR 52.212-2, Evaluation-Commercial Items (January 1999). The provision at 52.212-2 applies to this acquisition and is provided in full text. (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) Knowledge of ENT standards of care, current licensure, education and experience = 20 points (2) Ability to plan, organize and manage work on an independent basis = 20 points (3) Ability to communicate effectively with Native Americans and non-native peoples, professional and non-professional personnel = 20 points (4) Knowledge of and experience with application of Patient Safety, Infection control and Performance Improvement principles = 20 points (5) Willingness to document clinical data using Electronic Health Record (EHR) = 20 points The Indian Health Service will make a separate determination of price reasonableness. The primary consideration in evaluating this criterion is which offeror can perform the service in a manner most advantageous to the government. Under best value principles, there is no requirement that a purchase order be awarded on the basis of lowest proposed cost. The award primarily on the basis of estimated costs may encourage the submission of unrealistically low estimates and increase the likelihood of cost overruns. Estimated costs must be reasonable for the services to be performed. If consideration is narrowed to choosing among quotes with approximately equal technical criteria as determined by the technical evaluation, cost information can become the determining criteria. Technical Criteria will be 60% and Cost will be 40% determining factors for this award. (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 options(s). FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2011). See attachment for full text and instructions for completion. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (June 2010), applies to this acquisition and is incorporated by reference. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011). See attachment for full text. In addition, Contractors shall provide the following: 1. Complete and sign Licensure Requirement; provide a copy of current license. 2. Complete and sign Agreement to a temporary provisional of character investigations (for government contractors only). 3. Complete and sign the Declaration for Federal Employment - Optional Form 306. 4. Complete and sign Addendum to Declaration for Federal Employment (OF306). 5. Copy of malpractice insurance. Submit quote to: Aberdeen Area Indian Health Service Attn: Courtney Davis, Contract Specialist 115 4th Ave. SE, Room 309 Aberdeen, SD 57401 Or fax to 605-226-7669 or email courtney.davis@ihs.gov Contractors intending to conduct business with the Federal Government must register with the 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. No contract award shall be made to any vendor listed on the OIG Exclusion List at http://exclusions.oig.hhs.gov throughout the duration of the contract. It shall be the responsibility of the contractor to notify the Acquisition Official if there is a change in provider. Fingerprints must be completed and adjudicated prior to services being performed under this contract. Should the candidate be found with a non favorable security clearance, it shall be the Contractor's responsibility to replace that candidate working under the contract with a suitable candidate. ACCEPTANCE PERIOD: Your quotation 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 60 days from the date of receipt by the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-2012-004/listing.html)
- Place of Performance
- Address: Sioux San Indian Health Service Hospital, Rapid City, South Dakota, 57701, United States
- Zip Code: 57701
- Zip Code: 57701
- Record
- SN02534105-W 20110817/110815234757-72c80d62f488c3f76c010e82b92fcdf8 (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 |