Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 27, 2015 FBO #5025
SOLICITATION NOTICE

Q -- Obstetrical Physician Services - FAR 52.212-3

Notice Date
8/25/2015
 
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-10-15-042-RDJ
 
Archive Date
9/24/2015
 
Point of Contact
Ron Juneau, Phone: 4062477352
 
E-Mail Address
ron.juneau@ihs.gov
(ron.juneau@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR 52.212-3 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items (41 USC 3305, 3306, and Chapter 37); FAR Part 12, Acquisition of Commercial Items (41 USC 1906 and 1907); and FAR 37.4 - Nonpersonal Health Care Services (41 U.S.C. Chapter 33), in which the contractor is an independent contractor. The Billings Area Indian Health Service (IHS) intends to award a Firm Fixed Price Commercial Item contract in response to Request for Quotation (RFQ) 10-15-042-RDJ. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This solicitation is restricted to 100% Small Business concerns. The associated North American Industry Classification System code is 621111 with a small business size standard of $11.0 million. Quotations should be prepared in accordance with Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors - Commercial Items (APR 2014); PRICE SCHEDULE - OBSTETRIC PHYSICIAN SERVICES (Specialty Clinic): Provide one half day clinic per week at the Fort Washakie Health Center, Fort Washakie, Wyoming. Proposals must be inclusive of transportation, meals, per diem and lodging. BASE YEAR: 52 clinics per year @$_____________ = $________________________ OPTION YEAR ONE: 52 clinics per year @$_____________ = $___________________________ OPTION YEAR TWO: 52 clinics per year @$_____________ = $___________________________ OPTION YEAR THREE: 52 clinics per year @$_____________ = $___________________________ OPTION YEAR FOUR: 52 clinics per year @$_____________ = $___________________________ GRAND TOTAL: $________________________ PERIOD OF PERFORMANCE: October 1, 2015 to September 30, 2016, with four 12-month options. PURPOSE OF THE CONTRACT: The purpose of this acquisition is to contract for Obstetrical Services at the Wind River Service Unit, PHS Indian Health Center, Fort Washakie, Wyoming. WORK SCHEDULE: The contractor shall visit the Fort Washakie Health Center, Fort Washakie, Wyoming, one day every week between the hours of 8:00 am and 12:00 noon. HOLIDAYS: Federal holidays are observed under this contract. Holidays falling on a weekend will be observed the next or preceding day. NON-PERSONAL SERVICES CONTRACT : This procurement is a nonpersonal health care service contract, as defined in FAR 37.101, under which the Contractor is an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over the medical and professional aspects of services rendered (e.g., professional judgments, diagnosis for specific medical treatment). The Contractor shall indemnify the Government for any liability producing acts or omissions by the Contractor, its employees and agents occurring during contract performance. The Contractor shall maintain medical liability insurance, which is not less than the amount normally prevailing within the local community for the medical specialty concerned. The Contractor is required to ensure that its subcontracts for provisions of health care services contain the requirements of the clause at 52.237-7, including the maintenance of medical liability insurance. STATEMENT OF WORK (MAJOR DUTIES): The contractor shall provide on-site services for an Obstetrics clinic to outpatients scheduled by the Government physicians / providers at the Wind River Service Unit. The contractor shall visit the Fort Washakie Health Center, Fort Washakie, Wyoming, one (1) day every week between the hours of 8:00 am to 12:00 noon. During each clinic the contractor will see up to 24 patients scheduled by the staff of the Fort Washakie Health Center or Arapahoe Health Center. The contractor shall take a history and perform an appropriate examination. The findings shall be correlated with the laboratory and x-ray findings. The contractor shall make a verbal report to a Government physician and shall further make a written consultation in the patients Electronic Health Record (EHR). The written consultation shall include the findings, impression, and recommendation about patient management. Records patient-provider transactions in the problem oriented medical record format and completes required data collection instruments, referrals, third party billing, and medical records as required. Refers patients and their families to Purchased/Referred Care (PRC) (formally Contract Health Services) personnel, as appropriate, for their continued care and follow-up. Contractor will be required to use the RPMS (Resources and Patient Management System), Electronic Health Record to document the patient's problem (IPL), patient progress notes, patient orders (lab, x-ray, and pharmacy), appropriate PRC referrals and encounter coding. The contractor will be required to process all EHR notification in a timely manner. The contractor will be required to take HIPAA and EHR training with the Clinical Application Coordinator within a few days after receiving their award letter and renew annually. This training will be scheduled during specialty clinic hours. All documentation in the EHR must be completed in a time manner per IHS policy. The Government will provide space, nursing assistance, laboratory services, x-ray services, and pharmacy services. Any rescheduling of clinic days or times shall involve consultation with the contractor by the Government, but shall be at the convenience of the government. Notification of change must be give at least two (2) weeks prior to the date of change. The contractor shall be available for consultation by telephone and shall give recommendations to the government physicians about management of patients seen between clinics, at no charge to the government. Physician fees for inpatients or outpatient office visits at another facility will be paid at Medicare rate or lower. The contractor shall accept transfer for patients to his/her care at his/her private office or at a local contract hospital by formal written referral from a Government Physician. In the event that an emergency admission of an eligible person occurs in a local contract hospital, the Contractor is responsible for the care of the patient, the preferred procedure is telephone notification and request for the authorization by an IHS physician. Such a request may be made after the admission by calling the IHS physician on call or the Chief Executive Officer. Informs appropriate personnel of Purchased/Referred Care (PRC) (formally Contract Health Service (CHS)) admissions as it pertains to emergency medical services. In such an emergency admission, failure to notify the Wind River Service Unit within 72 (seventy-two) hours removes the obligation of the Indian Health Service to participate in the responsibility for payment. While the primary responsibility for notification is with the patient or patient's family, notification by the contractor or the hospital may often avert difficulties. Referral from one hospital to another requires the prior approval by PRC. Initial oral permission is followed by written authorization by the IHS physician. Laboratory and other diagnostic tests including x-ray examination shall be made in one of the Indian Health Service Centers whenever possible. The contractor will order these tests elsewhere when they are not available at the Indian Health Center or when the Patient is an inpatient at another facility under the care of the contractor. Authorization shall be obtained from PRC before tests are scheduled. It shall be required that the Contractor's private office and hospital the Contractor utilizes for inpatient procedures be no farther than sixty (60) minutes driving time from Fort Washakie, Wyoming under normal driving conditions at posted speed limits in a private vehicle. The contractor shall abide by all the rules and regulations that govern DHHS/IHS rules and regulation including the Privacy Act, HIPAA, and Information Systems Awareness. The Contractor shall prepare and complete all medical and other required reporting documents as required by IHS procedural guidelines and policies. The Contractor shall comply with all IHS facility infection control and safety procedures, practices and standards. The Contractor must maintain and demonstrate knowledge of and adhere to hospital and departmental safety regulations. The Contractor shall comply with the following requirements: infection control, hazardous materials, safety, security, emergency preparedness, life safety, medical equipment and utilities in accordance with established management plans. They are responsible for general medical care for women, but also provide care related to pregnancy and the reproductive system. Like general practitioners, OB/GYN's are concerned with the prevention, diagnosis, and treatment of general health problems, but they focus on ailments specific to the female anatomy, such as breast and cervical cancer, urinary tract and pelvic disorders, and hormonal disorders. OB/GYN's also specialize in childbirth, treating and counseling women throughout their pregnancy, from giving prenatal diagnoses to delivery and postpartum care. OB/GYN's track the health of, and treat, both mother and fetus as the pregnancy progresses. Working conditions are usually pleasant with the work environment being indoors in well lighted exam rooms and hospitals. This typically can result in being awakened at all hours of the night and/or being asked to come in at irregular times to evaluate a patient. ADDITIONAL REQUIREMENTS: Doctor of Medicine Degree or Doctor of Osteopathy from an approved school of medicine or osteopathy is required. Expert knowledge of the Obstetric/Gynecology medical specialty completing an accredited program of Obstetrics and Gynecology, leading to board certification by an approved American OB/GYN Specialty board. License to practice medicine in the United States is required. Comprehensive knowledgeable of Indian Health Service - Service Unit medical staff/governing body by-laws, rules and regulations and compliance with requirements of credentialing/privileging status as an active member of the medical staff. Skill in-tact and diplomacy while working in stressful situations. Skill in working with people from a wide variety of backgrounds and different cultures. GUIDELINES: Guidelines available include Department of Health and Human Service, Public Health Service, Billings Area, Service Unit and Medical Staff regulations, policies, procedures and by-laws. 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 physicians' judgment is the key factor in determining whether guidelines are to be adhered to or deviated from, 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 health 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's and abilities in the care of one or more patients. The work is often difficult and further complicated by the fear and skepticism of patients, undefined or ill-defined problems presented in advance stages, and conflicting health data. The work requires continued efforts to establish health promotion - disease prevention programs to resolve chronic, community wide medical problems. The physician serves as a consultant on the most difficult cases in the specialty, and performs the most advanced diagnostic and treatment procedures without professional direction. Recognizes rare and difficult - to - identify symptoms or signs, and responsibility for developing a full treatment regimen involving knowledge of new techniques or the use of prolonged or complicated procedures or advanced delicate skills. Cases are often critical and require immediate decisions or are complicated because patients fail to respond to previously tried treatment regimens. Considerable weight is given to the medical officer's recommendations in their technical specialties, by their supervisor and colleagues. 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 basis. PERSONAL CONTACTS: Personal contacts are with patients, patient's family, visitors, other staff physicians, nurses, and ancillary service personnel as well as physicians and nurses from the private sector. May also have contact with representatives of federal, state and tribal health organizations as well as hospital administrators from the private sector. These contacts are made with individuals and occasionally groups in moderately unstructured settings. PURPOSE OF CONTACTS: The purpose of contacts are to exchange health 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 moderate physical exertion and stamina, extensive walking, standing, bending, and similar activities. May be required to move or lift patients from time to time. WORK ENVIRONMENT: Working conditions are usually pleasant with the work performed in a clinical setting in well lighted exam rooms. Occasionally, the physician may be subject to adverse weather and hostile patients and/or their families. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all necessary equipment and supplies. The Service Unit will be responsible for getting the Contractor access and clearance to all computer services necessary to carry out his/her duties. 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 the Rules of Behavior form, Security training; and if necessary, a Business Partner Interconnection Security Agreement (BPISA), should be coordinated with the Service Unit. 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 REPRESENTATIVE (COR): The COR 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. The primary agent/official responsible for monitoring this procurement in a project officer capacity and who will be verifying that all services have been received and delivered will be JoLynn Davis, R.N., D.O.N., Clinical Nursing, Wind River Service Unit. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the Billings Area Financial Management Office with a courtesy copy to the Service Unit. The Contractor agrees to include the following information on each invoice: (1) Contractor's name and address; (2) Contact name, title, and telephone number; (3) Contract Number; (4) Invoice number and date; (5) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed; (6) Remit to Address; (7) Taxpayer Identification Number (Employer Identification Number or Social Security Number); and (8) Data Universal Numbering System (DUNS) number (to ensure payment is made to the correct bank account) and vendor mailing address, as provided in the System for Award Management (SAM), formerly known as the Central Contractor Registration (CCR) database. 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 Wind River Service Unit. 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. 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. The Privacy Act of 1974 mandates that the Contractor maintain complete confidentiality of all administrative, medical and personnel records, and all other pertinent information that comes to his/her attention or knowledge. The Privacy Act carries both civil and criminal penalties for unlawful disclosure of records. Violation of such confidentiality shall be cause for adverse action. IHS shall provide training on the Freedom of Information Act and the Privacy Act. All IHS regulations and policies applicable to these Acts shall be enforced. During the performance of the contract, the Contractor shall provide for the consistent performance of patient care processes according to the standards of the Accreditation Association for Ambulatory Health Care (AAAHC), who supplies accreditation to the Wind River Service Unit. The contractor shall comply with I.HS facility infection control and safety procedures, practices, and standards. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision FAR 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 (OCT 2014) (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) Medical License = 30 POINTS (Potential contractors must submit a copy of a State license for each candidate with the offer); (2) Medical Liability Insurance = 20 POINTS (Potential contractors must submit evidence or medial liability insurance with the offer); (3)Resume/Curriculum Vitae = 20 POINTS (Potential contractors must submit a Resume/CV for each candidate with the offer. The Resume/CV for the physicians must include information relating to: (i) Board Certification or Board Eligibility; (ii) Specialty Training; and (iii) Clinical Practical Experience, including past and current experience); and (4) Past Performance = 30 POINTS. The Offeror must demonstrate its record of successful performance in past contracts and/or jobs within the past five (5) years, 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 within the past five (5) years 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 contact information, if applicable. Technical and past performance, when combined, are considered approximately equal. (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: 52.212-4 Contract Term and Conditions-Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. 52.203-6 Alt. 1, 52.204-4, 52.204-7, 52.204-9, 52.204-10, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 52.209-6, 52.209-10, 52.215-5, 52.217-8, 52.217-9, 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, 52.222-50, 52,222-54, 52.223-5, 52.223-6, 52.223-10, 52.223-18, 52.224-1, 52.224-2, 52.225-13, 52.227-14, 52.227-17, 52.228-5, 52.232-18, 52.232-33, 52.233-1, 52.233-2, 52.233-3, 52.233-4, 52.237-2, 52.237-3, 52.237-7, 52.242-13, 52.242-15, 52.242-17, 52.245-1, 52.245-9, 352.201-70, 352.202-1, 352.203-70, 352.215-1, 352.215-70, 352.222-70, 352.223-70, 252.224-70, 352.227-70, 352.231-71, 352.237-70, 352.237-71, 352.237-72, 352.239-72, 352.239-73, 352.242-71, 352.242-72, 352.242-73, 352.270-2, and 352.270-3. 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 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 System for Award Management (SAM). SAM replaces the Department of Defense's Central Contractor Registration (CCR) database. SAM is now the primary Government repository, which retains information on Government contractors. You may register via the Internet at www.sam.gov. 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 9, 2015. 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 Ron.Juneau@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-10-15-042-RDJ/listing.html)
 
Place of Performance
Address: Wind River Service Unit, Fort Washakie, Wyoming., Fort Washakie, Wyoming, 82514, United States
Zip Code: 82514
 
Record
SN03854980-W 20150827/150826000007-1eed07a6bcea8b6edd7655311f6585a3 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.