SOLICITATION NOTICE
Q -- FAMILY PRACTICE PHYSICIAN SERVICES - FAR provision 52.212-3
- Notice Date
- 8/19/2011
- 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, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
- ZIP Code
- 59107
- Solicitation Number
- RFQ-10-11-049-REL
- Archive Date
- 9/17/2011
- 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
- N/A
- Description
- Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications - Commercial Items (MAY 2011) that must be completed and submitted with the 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. 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)); and FAR 37.104, 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 25 U.S.C. 1638c). 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 commercial item contracts in response to Request for Quotation (RFQ)-10-11-049-REL. This solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and 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. PRICE SCHEDULE - FAMILY PRACTICE PHYSICIAN SERVICES: The Indian Health Service reserves the right to award up to three contracts to cover the 4,174 hours. Potential contractors are requested to submit an all-inclusive hourly rate for CONTRACT LINE ITEM NUMBER (CLIN) ONE, CLIN TWO, and/or CLIN THREE for the Base Year and Option Year One. BASE YEAR: OCTOBER 1, 2011 THROUGH SEPTEMBER 30, 2012 CONTRACT LINE ITEM NUMBER (CLIN) ONE: 1043 hours @ $___________________ per hour = $________________________; CLIN TWO: 1044 hours @ $___________________ per hour = $________________________; CLIN THREE: 2087 hours @ $___________________ per hour = $________________________; TOTAL: $________________________. OPTION YEAR ONE: OCTOBER 1, 2012 THROUGH SEPTEMBER 30, 2013 CLIN ONE: 1043 hours @ $___________________ per hour = $________________________; CLIN TWO: 1044hours @ $___________________ per hour = $________________________; CLIN THREE: 2087 hours @ $___________________ per hour = $________________________; TOTAL: $________________________. GRAND TOTAL CLIN ONE: $________________________. GRAND TOTAL CLIN TWO: $________________________. GRAND TOTAL CLIN THREE: $________________________. PERIOD OF PERFORMANCE: October 1, 2011, through September 30, 2012, with one 12-month option. PURPOSE OF THE CONTRACT: The purpose of this acquisition is to acquire Family Practice Physician Services for the Fort Peck Service Unit. PERFORMANCE LOCATIONS: The physician will be carrying out his/her duties and fulfilling the contract obligations with the Indian Health Service at the following health care facility locations: (1) Verne E Gibbs Health Center, 107 H Street E, Poplar, Montana 59255, 406-768-3491; and (2) Chief Redstone Health Center, 550 6th Avenue, Wolf Point, Montana 59201, 406-653-1641. WORK SCHEDULE: Monday through Friday from 7:30 a.m. to 4:00 p.m. or 8:00 a.m. to 4:30 p.m., excluding federal holidays. The contract physician will work 40 hours per week in the ambulatory care center. STATEMENT OF WORK: The Fort Peck Service Unit is located on the Fort Peck Assiniboine and Sioux Indian Reservation and consists of two outpatient health centers in neighboring towns 22 miles apart, Verne E. Gibbs Health Center, 107 H Street, Poplar, Montana and Chief Redstone Health Center, 550 5th Avenue North, Wolf Point, Montana. The Fort Peck Service Unit has credentialing requirements the contractor must comply with prior to performing services. The contractor will be provided with a credentialing package prior to starting work. Credentialing packages must be completed and returned to the IHS Credentialing Coordinator at least one week prior to the start date to give the Coordinator sufficient time for processing. The Credentialing Coordinator can be reached by calling 406-768-3491. The contract physician must be credentialed in order to obtain privileges and clearances necessary to perform medical services with IHS. The contract physician must maintain current licenses, certifications and credentials during the contract term. The Credentialing Coordinator will help coordinate these efforts. The Fort Peck Service Unit has implemented the EHR (electronic health record) system. Because of electronic health record requirements, the contract physician must be thoroughly familiar with the use of computers. The EHR is a way to enter and track all patient information into a computerized database. The contract physician will be responsible for entering medications, lab requests, consults, radiology requests, diagnosis ICD-9, CPT services and progress notes into the EHR system. The contract physician will be provided with 2 days of hands on training by the EHR Clinical Applications Coordinator (CAC) and further assistance if needed. For questions concerning the EHR system please contact our Clinical Applications Coordinator, Loren Bisbee at 406-650-7805. Government housing is sometimes available in Poplar, Montana; however, daily rates change each year depending on apartment availability. The houses are approximately one block from the Verne E. Gibbs Health Center. There is no government housing available in Wolf Point, Montana. Hotels in Wolf Point include Sherman Motor Inn 406-653-1100; Homestead Inn 406-653-1300; and Big Sky Motel 406-653-2300. The hotels are not within walking distance of the health center. No GSA vehicle will be made available. The contract physician shall advise the contracting officer's technical representative (COTR), contracting officer, program manager, or their designated representative of any problems encountered, or which may be encountered, in connection with meeting the needs of the contract physician's duties. The contract physician shall maintain acceptable standards of personal hygiene and grooming. The attire worn is casual. The contract physician must pass a background investigation to obtain the privileges and clearances necessary to perform the services. MAJOR DUTIES include, but are not limited to the following: Examines and diagnoses health related conditions of individuals presenting themselves for care; refers individuals for consultation when appropriate; prescribes and carries out therapy in conformance with approved clinical privileges and Billings Area policy. Must accept appropriate referrals based on provider knowledge and education for consultations and/or assumption of care from other Indian Health Service providers. Conducts initial and periodic health examinations for finding health problems in need of attention; and prescribes and implements treatment programs required to manage these problems. Administers immunizations to patients in compliance with established Indian Health Service and Billings Area policy. Makes necessary arrangements and authorizes admission of patients to the appropriate hospital. This includes authorization for admission to contract facilities for emergency medical care and surgery. Keeps the Chief Executive Officer and Chief Medical Officer informed of Contract Health Service (CHS) admissions. Records patient-provider transactions in the Electronic Health Record (EHR) and completes required data collection instruments, referrals, and medical records as required. Assists in the provision of continuing education, on the job training, and orientation of Indian Health Service. Displays appropriate professional conduct with patients, staff and community at all times according to the Indian Health Service Standards of Conduct. Participates willingly in the team approach in improving processes throughout the clinic and healthcare community. KNOWLEDGE REQUIRED BY THE POSITION: Doctor of Medicine or Doctor of Osteopathy degree is required. Knowledge of General Practice or completion of an approved 5-year residency in the specialty leading to board eligibility or board certification by an approved American Specialty Board, or an equivalent combination of graduate training and experience totaling a minimum of 5 years. A license to practice medicine in the United States is required. Current ACLS and ATLS certification is required. Ability to work with people from a variety of backgrounds and difference cultures. Participates in one or more committee activities or functions which assures compliance with AAAHC standards. SUPERVISION: The supervisor or designee is available for consultation. Because of the physician's recognized technical expertise in her/his area of specialization; i.e., General Practice, the work accomplished is considered technically authoritative and almost always accepted without review. Work which involves out of the ordinary diagnostic decisions or treatment is discussed with supervisor who keeps aware of the condition of such patients and all aspects of treatment regime. Work performance is reviewed for conformance to Indian Health Service and updated policies, procedures and accepted professional practices relating to direct patient care. Technical guidance is provided by contract consultants in the special areas of medicine. The work is evaluated through the Quality Assurance Program of the Fort Peck Medical Staff. SUPERVISOR: Erna Granbois, Director of Nursing; ALTERNATE SUPERVISOR: Loren Bisbee, Clinic Manager. GUIDELINES: Guidelines available include DHHS, PHS, IHS, Billings Area, Service Unit, and Medical Staff regulations, policies, procedures and Governing Body bylaws. In addition, traditional and currently accepted medical practices are available in the form of specialty consultation, medical journals and textbooks. In nearly all cases; however, the medical officers judgment is the key factor in determining whether guidelines are to be adhered to or deviated or whether new guides need to be developed to protect the interests of the patient. COMPLEXITY: The work consists of a broad general practice of medicine, involving diagnosis and treatment of inpatients and outpatients with an extremely wide variety of physical and emotional problems and includes the broad functions of medicine; education, prevention, cure and rehabilitation, in addition to the practice within the specialty. Assignments are characterized by breadth and intensity of effort and generally involve the simultaneous application of multiple distinct skills, knowledge and abilities in the care of one or more patients. The work is often difficult and further complicated by the fear and skepticism of the patients, undefined or ill-defined problems presented in advanced stages, and conflicting data. The work requires continued efforts to establish programs to resolve chronic medical problems among the population served. SCOPE AND EFFECT: The work of this position affects the health and well-being of individuals on an immediate basis; and impacts the health status of the community on a broad base. PERSONAL CONTACTS: Personal contacts of the contract physician are with patients, other employees, representatives of other federal, state, tribal health organizations, and administrators and physicians from the private sector. These contacts are made with individuals and occasionally groups in moderately unstructured settings. PURPOSE OF CONTACTS: The purpose of the contacts are to exchange information, resolve problems, educating, influencing and motivating individuals and groups to understand and accept recommended medical information, diagnosis, treatment, and therapies. PHYSICAL DEMANDS: The work requires some physical exertion and stamina, and extensive walking, standing, bending, and similar activities. Patients may be required to be lifted from time to time. The contract physician may be required to remain awake on duty for periods of 24 to 36 hours in duration. WORK ENVIRONMENT: Work is performed in a clinic setting or hospital, with continual exposure to patients having a variety of illnesses and communicable diseases. Occasionally, the contract physician may be subjected to adverse weather and hostile patients and/or the families. Work on a regularly assigned, rotation or call back basis to provide continuity of medical services during evenings, nights, holidays and weekends. Occasionally, the contract physician may be required to serve as patient escort when medically indicated, usually on non-scheduled small aircraft or ground transportation. Winter weather may produce hazardous conditions. 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. Federal Tort Claims Act coverage for medical related claims is extended to the individual providing physician services. However, the services must have been performed within the scope of the personal services contract. 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 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. Access/clearance to all pertinent computer systems, including completing a Business Partner Interconnection Security Agreement (BPISA), should be coordinated with the Site Manager. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes have been made annually. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all medical equipment and supplies. The Fort Peck Service Unit will be responsible for getting the Contractor access and clearance to all pertinent computer systems 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. CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR): The COTR for this contract will be Jackie Hippe, Health System Revenue Specialist, Fort Peck Service Unit. The COTR shall be responsible for: (1) Monitoring the Contractor's 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 COTR at the Fort Peck Service Unit. The Contractor agrees to include the following information on each invoice: (1) Contractor's name, address and telephone number; (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. 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 Administrative Officer at the Service Unit will conduct the character and background investigations. Fingerprints must also be taken as part of the pre-employment process and must be completed before the physician is allowed to work. The fingerprint check should be coordinated with the Administrative Officer. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; 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) CURRENT, UNRESTRICTED STATE LICENSE = 35 POINTS. Potential contractors must submit a copy of medical license with the price quote; (2) RESUME OR CURRICULUM VITAE = 35 POINTS. Potential contractors must submit resume or CV with price quote (resume/CV must include information relating to: (a) Professional Education; (b) Certifications; and (c) Previous jobs; and (3) PAST PERFORMANCE = 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 considered 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, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.227-14, 52.227-17, 52.228-5, 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, 352.201-70, 352.202-1, 352.203-70, 352.215-70, 352.222-70, 352.223-70, 352.224-70, 352.227-70, 352.231-71, 352.237-70, 352.237-71, 352.237-72, 352.239-70, 352.239-71, 352.239-72, 352.239-73, 352.242-71, 352.242-72, 352.242-73, 352.270-2 and 352.270-3. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.209-6, 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, 52.222-40, 52.222-54, 52.223-18, 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://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3524d214210697effd2fd5c77848a806&rgn=div5&view=text&node=48:4.0.1.8.33&idno=48. 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 https://www.bpn.gov/CCR/default.aspx 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 September 2, 2011. 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's 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-10-11-049-REL/listing.html)
- Record
- SN02542067-W 20110821/110819235535-2961b15be500c1bc1d25f9062f3cd866 (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 |