Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 30, 2016 FBO #5486
SOLICITATION NOTICE

Q -- PHYSICAL THERAPIST - FAR 52.212-3

Notice Date
11/28/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#561320 — Temporary Help Services
 
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-10-17-013-REL
 
Archive Date
12/27/2016
 
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 (OCT 2016). This provision must be completed and submitted with the offer if the electronic Representations and Certifications section of the System for Award Management (SAM) is not completed. 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 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 37.4, Nonpersonal Health Care Services Contract (41 U.S.C. Chapter 33). 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)-10-17-013-REL. The solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92. The associated North American Industry Classification System code is 561320 and the small business size standard is $27.5 million. Potential contractors are asked to propose an all-inclusive hourly rate. PRICE SCHEDULE - PHYSICAL THERAPIST: BASE YEAR: 1600 hours @ $______________ per hour = $___________________. OPTION YEAR ONE: 2080 hours @ $______________ per hour = $___________________. OPTION YEAR TWO: 2080 hours @ $______________ per hour = $___________________. GRAND TOTAL: $___________________. PERIOD OF PERFORMANCE: 9 months with two 12-month options. PURPOSE OF THE CONTRACT: The purpose of this acquisition is to contract for Physical Therapy Services at the Northern Cheyenne Service Unit, PHS Indian Health Center, 420 North Cheyenne Avenue, Lame Deer, Montana. NON-PERSONAL HEALTH CARE SERVICE CONTRACT: The 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. WORK SCHEDULE: Monday through Friday from 8:00 a.m. to 4:30 p.m. STATEMENT OF WORK: This position is located at the Northern Cheyenne Service Unit (NCSU) in Lame Deer, Montana. The NCSU is an IHS facility and accredited by AAAHC. The NCSU is a small ambulatory outpatient clinic with 24/7 Urgent Care/Emergency services. The NCSU is not an inpatient facility so patients needing inpatient services will be transferred to the nearest IHS facility 40 miles away or to Billings, Montana which is 100 miles away. The contract is to cover services in the Physical Therapy Department, Monday through Friday from 8:00 a.m. to 4:30 p.m. The average patients seen per day by the provider would be 10-12 patients. The appointment length is 45 minutes. The evaluation of new patients may be scheduled for one (1) hour. The Physical Therapy Department is currently staffed with one full-time Physical Therapist and one Receptionist. The contractor would be filling the current vacancy. Housing is available across the street from the facility. The hourly rate submitted by the contractor must be all inclusive to include travel, per diem, lodging et cetera. Major Duties: Serves as a staff Physical Therapist responsible for the treatment or prevention of physical disabilities or diseases so patients will derive the maximum benefits from therapeutic activities. Determines the objectives, methods, and techniques of therapy to be employed with emphasis on patient needs, and limitations imposed by patient conditions. Correlates the methods and procedures with a wide variety of medical problems, which range from those of a non-traumatic nature to patients, who possess severe physical or mental disabilities including those with secondary complications. Consults with patients and health professionals to gain understanding of the nature of problems, assesses physical capabilities, limitations, and motivates participation in theraputic activities. Conducts therapeutic activities for the various physical and medical problems encounted in order to directly appeal to and meet the treatment needs of patients. Such activities are designed to provide such outcomes as increasing dexterity and mobility, relieving pain, speeding recovery and aiding in physical and mental rehabilitation. Applies methods and procedures that encompass standardized, nonstandardized, innovative, and developmental approaches to physical therapy. Evaluates the effectiveness of physical therapy activities provided in terms of modifying and predicting beneficial out comes which includes utilizing physical therapy tests and measurements, including electrophysiological testing which are frequently used by physicians as a basis to determine whether medical, surgical or orthopedic procedures are indicated. Conducts ongoing evaluations of therapy results in order to assess patient progress and response. Modifies, redirects, adjusts, and augments procedures to accommodate changes and to correct deficiencies in treatment modalities. Educates individuals in the nature of health related conditions, recommended therapy, and the general promotion of health and prevention of illness/disease. Maintains department policy and procedures and complies with all Service Unit policy and procedures as required. Complies with all licensure and continuing education requirements for legal practice. Records patient-provider encounters and completes required consults necesssary for patient care via the Electronic Health Record. Follow department policy and procedure regarding timeliness of documentation. Prepares and recommends estimates of supplies, and equipment needed on both long term and short term basis to conduct programs planned. Conducts inventory control and ensures maintenance of equipment and suppplies used. Participates with health care team in providing consultation services on patient management, discharge planning special equipment and training as appropriate or as assigned. Participates and contributes toward rounds, staff meetings, and patient conferences. Participates in departmental and service unit committees as required. KNOWLEDGE REQUIRED BY THE POSITION: A Bachelor of Science in Physical Therapy, or a Masters, or Doctorate in Physical Therapy degree from an accredited Physical Therapy school is required. A license to practice Physical Therapy in the United States is required. Thorough professional knowledge spanning the scope of physical therapy including evaluation, assessment, treatment planning, treatment implementation, and re-evaluation of patients spanning the life cycle with a wide variety of complex illnesses and injury is required. Three or more years of outpatient clinical experience is preferred but not required. EVALUATION AND OVERSIGHT: Works under the administrative direction of the Chief Physical Therapist. The supervisor defines broad objectives, sets certain priorites, and is available to discuss specific problems and to assist with unusual patient care situations. The physical therapist carries out assiged duties and responsibilities with only cursory day-to-day review and observation from the supervisor. GUIDELINES: Guidelines include departmental policies and regulations, IHS, and AAAHC standards, and national standards of care that are available for reference. Traditional and currently accepted physical therapy practices are also available in the form of specialty consultation, physical therapy journals, and textbooks. The physicial therapist uses judgment to modify treatment approaches and interprets various techniques applicable to specific cases or problems. COMPLEXITY: The work involves all aspects of Physical Therapy care of outpatients with an extremely wide varitey of physical and emotional health problems. The Physical Therapist performs within the scope of physical therapy practice, but also performs other broad functions of physical therapy that includes education, prevention, and coordination of care with other health care providers. The work may be complex, requiring consultation with other health care providers and specialists. SCOPE AND EFFECT: The position provides quality Physical Therapy services by initiating therapy, evaluating results, providing optimal health care and conducting patient education. PERSONAL CONTACTS: Personal contacts are with patients, other employees, representatives of other Federal, State and Tribal health organizations, and administrators and physicians from the private sector. These contacts are made with individuals and occasionally groups in moderately unstructured setting. PURPOSE OF CONTACTS: The purpose of contacts with individuals and groups is to educate, influence, and motivate the individuals and groups to understand and to accept recommended medical therapies. PHYSICAL DEMANDS: The work of this position requires long periods of standing and recurring bending, crouching, stooping, stretching, and reaching. Patients may be required to be lifted from time to time. The work requires above average agility and dexterity. WORK ENVIRONMENT: The work is performed in an outpatient clinic setting, with continued exposure to patients having a variety of illnesses and communicable diseases. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all necessary equipment and supplies. The Northern Cheyenne 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 Security Checklist, Rules of Behavior form, Security training; and if necessary, a Business Associate Agreement and/or 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'S REPRESENTATIVE (COR): The COR 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 Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107, with a courtesy copy to the Contracting Officer's Technical Representative (COR) at the Northern Cheyenne Service Unit, PHS Indian Health Center, Lame Deer, Montana. 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 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 physical therapist is allowed to work. The fingerprints should be coordinated with the Service Unit. 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. All IHS regulations and policies applicable to these Acts shall be enforced. The Contractor shall comply with IHS facility infection control and safety procedures, practices, and standards. 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 (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 following factors shall be used to evaluate offers: (1) CURRENT, UNRESTRICTED LICENSE = 35 POINTS. Potential contractors must submit a copy of physical therapy license (all previous licenses ever held, at a minimum, license numbers and the State(s)) with price quote; (2) RESUME/CURRICULUM VITAE = 35 POINTS. Potential contractors must submit resume/CV with price quote. Resumes/CV's must include information relating to: (a) Professional Education; (b) Certifications; and (c) Previous jobs; and (3) COMPANY PAST PERFORMANCE = 30 POINTS. The Company 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. (4) COST/PRICE: Price is not assigned an adjectival rating or scored. It will be evaluated to determine whether it is reasonable and if the quotation reflects an understanding of the requirement. This factor will be evaluated utilizing price analysis techniques identified in FAR Part 15.404-1. Analysis will include review of price reasonableness and balanced pricing. Offerors are cautioned that "materially unbalanced" prices and/or unreasonably high or low prices may cause your quotation to be deemed unacceptable and rejected. 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. EVALUATION APPROACH: The content of the written quotations, as well as information derived from discussions/negotiations, if discussions are held, will be evaluated to determine the degree and extent to which the requirements and objectives set forth in the solicitation are satisfied. No assumption will be made by Government evaluators regarding areas not defined in the offeror's written material/information provided to the Government for evaluation. EVAULATION METHODOLOGY: A team of Government personnel will evaluate the quotations. The quotations will be evaluated in accordance with the aforementioned factors. Any quotation that is unrealistic, in terms of technical approach, schedule commitments, and or costs (high or low) will be deemed unacceptable. BASIS FOR AWARD: Selection of the successful offeror will be made based on the evaluation criteria. The quotations will be evaluated and a contract awarded under the Best Value Continuum approach to permit tradeoffs among cost or price and non-cost factors. This will allow the Government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror who meets or exceeds the technical acceptability standards established in the factors referenced above. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-7, 52.204-9, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 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, 52.225-25, 52.227-14, 52.227-17, 52.228-5, 52.232-18, 52.232-39, 52.237-2, 52.237-3, 52.237-7, 52.242-15, 52.242-17, 52.244-6, 52.245-1, 52.245-9, 352.203-70, 352.215-70, 352.222-70, 352.223-70, 352.224-70, 352.224-71, 352.226-3, 352.227-70, 352.237-70, 352.237-71, 352.237-72, 352.237-73, 352.237-74, 352.239-73 and 352.239-74. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.204-10, 52.209-6, 52.209-10, 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, 52.223-18, 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://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/part-352-solicitation-provisions-contract-clauses/index.html. 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, if the electronic Representations and Certifications section of the System for Award Management (SAM) is not completed. 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 December 12, 2016. 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-10-17-013-REL/listing.html)
 
Place of Performance
Address: Northern Cheyenne Service Unit, PHS Indian Health Center, 420 North Cheyenne Avenue, Lame Deer, Montana, 59043, United States
Zip Code: 59043
 
Record
SN04337282-W 20161130/161128234345-ddac09730bd6a7c2675f6b5d37128c2f (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.