Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 13, 2001 PSA #2871
SOLICITATIONS

Q -- CHRONIC PAIN MANAGEMENT SERVICES FOR THE USPHS INDIAN HEALTH SERVICE, BROWNING, MT.

Notice Date
June 11, 2001
Contracting Office
Billings Area Indian Health Service, 2900 4th Avenue North, P.O. Box 36600, Billings, MT 59107
ZIP Code
59107
Solicitation Number
RFQ 10-01-021
Response Due
June 25, 2001
Point of Contact
Jay Windy Boy, Purchasing Agent, (406) 247-7064
E-Mail Address
Use this e-mail link to request a Solicitation Package (Jay.windyboy@mail.ihs.gov)
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. Solicitation number 10-01-021 is issued as a Request For Quotation (RFQ). 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. The statement of work is as follows: The contractor is to provide chronic pain management services through usage of a specialty clinic at the USPHS Indian Health Service, Blackfeet Community Hospital, Browning, Montana. The services will be provided under the authority of Non-Personal Health Care Services Contract (FAR 37.4), Commercial Item (FAR 12.1). The chronic pain management specialist will evaluate and provide assessments to patients with chronic pain conditions. Determine pain management therapy to referred patients with pain management needs. Collaborate with staff about patient treatment plans. Provide continuing education to staff regarding management of chronic pain. Evaluate 10 20 charts of chronic pain patients annually and provide peer committee review in a written report to the Clinical Director, inclusive of provider specific feedback. Contractor shall prepare and complete in a timely fashion the medical and other required records for all parties he/she admits or in any way provides care for the hospital (Blackfeet Service Unit-Medical By-Laws). An orientation will be provided to the contractor prior to the notice to proceed. An IHS nursing assistant will be assigned to the contractor. The contractor shall comply with all IHS facility infection control and safety procedures, practices and standards. During the performance of this contract, the contractor shall provide for the consistent performance of patient care processes according to the standards for the JCAHO who supply accreditation to the Blackfeet Community Hospital, IHS. These standards shall include: The comprehensive accreditation manual for hospitals, the Laboratory standards, Ambulatory Care Standards as they represent the scope of services of this contract. The Privacy Act of 1974 mandates that the contractor shall maintain complete confidentiality of all administrative, medical and personnel records and all other pertinent information that comes to his/her attention of 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 (as Amended) and the Privacy Act. All IHS regulations and policies applicable to these Acts shall be enforced. Contractors whose duties and responsibilities involve regular contact or control over children are subject to a character investigation as required by P.L. 101-630, the Indian Child Protection and Family Violence Prevention Act. The IHS personnel offices will conduct these investigations following award of a personal service contract. The character investigation may be waived if, in the judgment of the Contracting Officer in consultation with the Personnel Officer, an investigation has already been conducted and is on file. Until the character investigation has been completed and the Contracting Officer notified of the results, the contractor must not have unsupervised contact with Indian children. The period of performance shall be for a twelve (12) month period from July 2001 through June 30, 2002 with an option to renew the contract for one (1) additional twelve (12) month period. If the Government exercises the options pursuant to Federal Acquisition Regulation (FAR) 52.217-9 (Option to Extend the Terms of the Contract) (MAR 1989), the period of performance shall be extended in accordance with a schedule to be determined upon award. The contractor shall provide eighteen (18) clinics during the months of July 2001 through June 2002. These services are to be provided between the hours of 9:00 am 4:30 pm; this does not include travel time. 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 experience, 2) Amount of experience in a Native American setting, 3) Credentials of Professional staff, 4) Price per Session. Other qualifications/credentials required include 1) Current, unrestricted state license, certification or registration as applicable to practice independently in their professional field. 2) Verification of license. 3) Completion of site-specific privileges. Insurance: 1) Indemnification and Medical Liability Insurance (FAR) 52.237-7. 2) (FAR) 37.402, Contracting Officer must obtain evidence of insurance Prior to Award. 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 and functions. The contractor must be a licensed otolaryngologist. The offeror must provide a copy of all diplomas and/or certificates to support stated qualifications. The contractor will be responsible for submitting written reports, evaluations and operation plans. 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 and Indian Child Care Worker Positions", which may be requested when responding to this solicitation. Offerors must submit a Tax ID Number (Social Security Number for individuals). The contractor is required, as a condition of payment under a resulting contract, to submit Department of Treasury, Financial Management Service, FMS 2231, Direct Deposit Form, prior to submission of their first invoice. The anticipated period of performance will be from date of award through July 31, 2002 with a one-year option to renew the contract for the site. 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, reference in 52.212-5 also apply to this acquisition: 52.233-3, Protest After Award (31 USC 3553): 52.22-26, Equal Opportunity (EO 11246): 52.22-36, 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 and Indian Health Service, Part 5, Chapter 5, Acquisition Management. Offers are due by 2:00 pm local time on Monday, June 25, 2001 at the Indian Health Service, Office of Contracts and Grants, Attention: Jay Windy Boy, P.O. Box 36600, Billings, Montana 59107-6600. Offers will be accepted via facsimile at (406) 247-7108. For information regarding this solicitation, call Mr. Jay Windy Boy, Purchasing Agent, at (406) 247-7064 or Mr. Jerry Black, Senior Contracting Officer, at (406) 247-7068. All responsible parties are invited to submit a bid, which will be considered. When responding, please reference RFQ 10-01-021 Chronic Pain Management Care.
Record
Loren Data Corp. 20010613/QSOL004.HTM (W-162 SN50O528)

Q - Medical Services Index  |  Issue Index |
Created on June 11, 2001 by Loren Data Corp. -- info@ld.com