|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 18,1998 PSA#2245Billings Area Indian Health Service, 2900 4th Avenue North, Room 304,
P.O. Box 2143, Billings, MT 59103 Q -- CHILD PSYCHIATRIC SERVICES, PHS INDIAN HOSPITAL, BLACKFEET INDIAN
RESERVATION, BROWNING, MT SOL RFQ 10-99-017 DUE 123098 POC Toni
Holland, Purchasing Agent (406) 247-7063 E-MAIL: Child Psychiatric
Services, PHS Indian Hospital, Blackfeet,
tholland@bilb2.billings.ihs.gov. This is a combined
synopsis/solicitation for commercial items, prepared in accordance with
FAR 12.6 and FAR 13, as supplemented with additional information
included in this notice. This announcements constitutes the only
solicitation; quotes are being requested and a written solicitation
will not be issued. Solicitation number 10-99-017 is being issued as a
Request for Quotation. The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-06. The associated standard industrial classification code
is 8099 with a small business size standard of $5.0 million. Statement
of work is as follows: The contractor is to provide on-site child
psychiatric services for the Indian Health Service Hospital on the
Blackfeet Indian Reservation, Browning, Montana, on a 24-day per year
basis. The contractor shall provide diagnostic evaluations, medication
management, case consultation to Mental Health and appropriate medical
staff, coordination of care within the clinic and between agencies and
provide training when requested on an as needed basis. The contractor
shall: be a licensed physician (M.D.); have completed a fully
accredited psychiatric residency and child specialty training; be board
certified in child and adolescent psychiatry; possess and maintain a
full, unrestricted license as an M.D. or D.O. The selected vendor must
apply for medical staff privileges at the Blackfeet Hospital.
Preference will be given to one with experience in treating Native
American clients. The offeror whose proposal represents the best value
to the Government will be selected. Offerors' proposals will be
evaluated on the following criteria, ranked in order of importance: 1)
years of specialized experience, 2) Amount of experience in a Native
American setting, 3) Credentials of Professional Staff, 4) Price per
Session. This work is on a contractual basis and is not a personnel
appointment to a Federal job. As such, the contractor will not be
subject to Government supervision. The Government reserves the right to
award without discussions. Therefore, each initial offer should contain
the offeror's best terms and conditions from a price and technical
standpoint. All supplies that the contractor may routinely need will be
provided by the Government. Any and all records and reports generated
by this contract will remain the property of the Indian Health Service
and required adherence to the Privacy Act of 1974. The contractor will
not supervise Indian Health Service staff, will not sign for or pick up
supplies, will not formulate policy or procedures and will not attend
staff recalls or functions. The offeror's must provide proof of medical
license, board certification as required, and proof of
liability/malpractice insurance. Proposed fees for the base year and
all option years shall also be provided with certifications. The
contractor will be responsible for submitting written reports and
evaluations. The contractor must maintain medical liability insurance
in an amount acceptable to the Contracting Officer and not less than
the amount normally prevailing within the local community. The
contractor is required to complete an addendum to the solicitation,
"Indian Health Service Child Care & Indian Child Care Worker
Positions", which may be requested when reponding to this solicitation
or by e-mail. Offerors must submit a Tax ID Number (SS# for
individuals) and a DUNS number, which may be obtained free by calling
800-333-0505. The contractor is required, as a condition of payment
under a resulting contract, to submit Department of the Treasury,
Financial Management Service, FMS 2231, Direct Deposit form, prior to
submission of first invoice. The anticipated period of performance will
be date of award (anticipated 1/1/99) through September 30, 1999 with
four one-year options. Quotes should be submitted for Base Year:
1/1/99-9/30/99 @ 18 vists; Option Year 1: 10/1/99-9/30/00 @ 24 visits;
Option Year 2: 10/1/00-9/30/01 @ 24 visits; Option Year 3:
10/1/01-9/30/02 @ 24 visits; Option Year 4: 10/1/02-9/30/03 @ 24
visits. The following FAR clauses and provisions apply to this
solicitation: 52.212-3, Offeror Representations and
Certifications-commercial Items; 52.212-4, Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items. The following FAR clauses, referenced in
52.212-5 also apply to this acquisition: 52.233-3, Protest After Award
(31 USC 3553); 52.222-26, Equal Opportunity (EO 11246); 52.222-36,
Affirmative Action for handicapped Workers (29 USC 793); 52.225-3, Buy
American Act-Supplies (42 USC 10); 52.232-33, Electronic Funds
Transfer; 52.237-7, Medical Liability Insurance; 52.217-9, Option to
Extend the Term of the Contract; Health and Human Services Acquisition
Regulations (HHSAR); and Indian Health Service Manual, Part 5, Chapter
5, Acquisition Management. Offers are due by 3:00 local time on
December 30, 1998 at the Indian Health Service, Attn: Toni Holland,
2900 4th Ave N, Rm 304, Billings, MT 59103. Offers will be accepted via
facsimile at (406) 247-7108. For information regarding this
solicitation, call Toni Holland, Purchasing Agent, at (406) 247-7063 or
Jerry Black, Senior Contracting Officer, at (406) 247-7068. All
responsible parties are invited to submit a quote which will be
considered. Posted 12/16/98 (W-SN281175). (0350) Loren Data Corp. http://www.ld.com (SYN# 0056 19981218\Q-0004.SOL)
Q - Medical Services Index Page
|
|