SOLICITATION NOTICE
Q -- LACTATION CONSULTATION
- Notice Date
- 9/23/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
- ZIP Code
- 68113-2107
- Solicitation Number
- F25600-03-T-0132
- Response Due
- 9/25/2003
- Archive Date
- 10/10/2003
- Point of Contact
- Cynthia Flemming, Contract Specialist, Phone (402)294-6950, Fax (402)232-6571, - Cynthia Flemming, Contract Specialist, Phone (402)294-6950, Fax (402)232-6571,
- E-Mail Address
-
Cynthia.Flemming@offutt.af.mil, Cynthia.Flemming@offutt.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, 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. The solicitation number is F25600-03-T-0132 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-15. The NAICS Code for this acquisition is 621610 and the size standard is $11,500,000 dollars. This acquisition is 100% Set-Aside for Small Business concerns. The Government intends to issue a firm fixed price purchase order for the following services: CLIN 0001: Lactation Consultation Service (Period of Performance: 1 Oct 2003 ? 30 Sep 2004) SCOPE OF WORK. The Contractor shall provide lactation services required for Government beneficiaries. The Contractor shall provide care at Ehrling Bergquist Hospital, Offutt AFB, Nebraska, also referred to as the "medical treatment facility" (MTF) herein. Contractor shall furnish all labor, management, supervision, teaching, consultations and reports. Contractor care shall cover the range of services provided in a civilian medical treatment facility. The Contractor shall provide a point of contact who shall be responsible for the performance of the work. The point of contact shall have full authority to act for the Contractor on all matters relating to the daily operation of this contract. The point of contact may be a provider providing care. The Contractor shall designate this individual, in writing, to the Contracting Officer (CO) before the contract start date. The Contractor shall provide a point of contact who shall be available by telephone at 402-930-4222. Hours of operation are Monday-Friday from 0700 to 1900. The point of contact shall arrange for pre-credentialed locum tenens coverage when health care providers will be unable to provide services for one (1) or more consecutive scheduled shifts. ENGLISH LANGUAGE REQUIREMENT. Personnel shall read, understand, speak, and write English. CRIMINAL BACKGROUND CHECK REQUIREMENT. The Government will conduct criminal background checks on individuals providing child care services under this contract, using the procedures set forth in Department of Defense Instruction 1402.5 dated 19 January 1993. Background checks will be based on fingerprints of individuals obtained by a Government law enforcement officer and inquiries conducted through the Federal Bureau of Investigation (FBI) and state criminal history repositories. With the consent of the Contracting Officer, contract providers may provide contract services prior to completion of background checks. However, at all times while children are in the care of that individual, the contract provider shall be within sight and continuous supervision of a staff person, whose background check has been completed, a chaperone, or parent/guardian. Individuals shall have the right to obtain a copy of any background check pertaining to themselves and to challenge the accuracy and completeness of the information contained in the report.. Individuals who have previously received a background check shall provide to the CO or QAE proof of the check or obtain a new one. Contractor personnel shall present a neat appearance and be easily recognized as Contractor employees. CONFLICT OF INTEREST. The Contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. The Contractor shall not employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives approval in accordance with DoD Directive 5500.7 and Air Force policy. EDUCATION AND TRAINING REQUIREMENTS. LICENSURE/REGISTRATION. The contract provider shall possess a valid unrestricted license to practice lactation consulting/breastfeeding education from the state where MTF is located. BOARD CERTIFICATION. The provider shall be board certified by IBCLC (International Board Certified Lactation Consultant ).. EXPERIENCE. The provider shall have provided lactation consulting services a minimum of 12 months within the past 24 months. Contract personnel providing services under this contract shall receive a pre-employment physical examination prior to commencement of work and annually thereafter. Health care providers shall report to the contractor?s physician to receive a pre-employment examination and immunizations/shots prescribed by the MTF. Not later than five (5) working days prior to commencement of work, certification shall be provided to the Contracting Officer's representative that health care providers have completed medical evaluation required above. This certification shall state the date on which the examination was completed, the doctor's name who performed the examination, and a statement concerning the physical health of the individual. The certification shall also contain the following statement: "(name of contract employee) is suffering from no contagious diseases to include but not limited to Tuberculosis, Hepatitis, and Venereal Disease." Also, as a condition of employment, OSHA requires that all contract personnel who will have occupational exposure to blood or body fluids, or other potentially infectious materials, shall receive Hepatitis B vaccine, sign a voluntary declination, or have documented proof of immunity to Hepatitis B infection. Personnel who sign declinations may change their minds at anytime and receive the Hepatitis B vaccine without penalty. It is the Contractor's responsibility to report (to the appropriate MTF staff member) all information necessary to assure hospital records can be maintained correctly, and therefore comply with the JCAHO, OSHA, and CDC health records requirements. EMERGENCY HEALTH CARE. The MTF will provide emergency health care for contract personnel for injuries occurring while on duty in the MTF. These services will be billed to the Contractor at the current full reimbursement rate. HOURS OF OPERATION. Hours of operation are Monday-Friday from 0700 to 1900. FEDERAL HOLIDAYS. Lactation Services will have all federal holidays off but will be required to be on-call. INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE. The Contractor shall provide and maintain adequate liability insurance coverage consistent with the risks associated with the performance of all services required by this PWS. Refer to Federal Acquisition Regulation (FAR) Clause 52.237-7, "INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE", in Section I of this contract. MEDICAL QUALITY ASSURANCE/RISK MANAGEMENT (QA/RM). Health care providers shall participate in QA/RM activities to the extent required by AFI 44-119 and the individual MTF QA/RM plan or regulation. The Government will evaluate the provider's professional, as differentiated from administrative, performance under this contract using quality assurance standards specified in AFI 44-119. Nothing in this paragraph precludes the Government from also conducting inspections under the Inspection of Services clause. The Contractor shall ensure that all contract providers participate in the MTF orientation procedures for newly assigned providers to include regulations specific to their professional specialty and hospital and Air Force policy and procedures. The Government will provide the following equipment, supplies, and services listed below: EQUIPMENT. The provider shall have JOINT use of all available equipment for performing services required by this contract. PAGER. The MTF will not provide a pager/beeper for use while the contract provider is on call PERSONAL PROTECTIVE EQUIPMENT (PPE). The Government will furnish provider with appropriate PPE. The Government will be responsible for any repair, cleaning and inventory required for the PPE. This does not include any type of uniform or laboratory coat. FORMS. The MTF will provide required Government forms used in the performance of services.. SUPPLIES. The MTF will provide medical and nonmedical supplies commonly used in the facility for the care and management of patients. . GENERAL. Except for those items or services specifically stated to be Government furnished, the Contractor shall furnish everything required to perform this contract in accordance with all of its terms. The Contractor shall provide lactation services and breastfeeding education. SPECIFIC PROCEDURES FOR WHICH THE CONTRACTOR SHALL BE RESPONSIBLE. Provide complete lactation consulting/breastfeeding education to include the following: Breastfeeding Promotion, Myths of Breastfeeding, Proper Positioning, Assessment of Breastfeeding, Birth and Breastfeeding: Impact of Interventions, Painful Nipples, Latch-on & Sucking Problems, Risks of Infant Formula. Provider shall provide lactation education classes to the health care team at 55MDG for four two hour sessions for four consecutive weeks with additional one hour training sessions as needed. Provider shall repeat, upon request, the educational series every three to six months to update trained staff and provide initial training for new staff. Provider shall provide direct client lactation consultation at EBH, in the client?s home and/or by telephone consultation. Provider shall provide reports to the Contractor as agreed upon. Provider shall submit billing invoices to the Contractor with the following information: Date and hours of service, hourly rate and total charges. RECORDS. The Contractor shall be responsible for creating, maintaining, and disposing of only those Government required records which are specifically cited in this PWS or as may be required by the provisions of a mandatory directive. If requested by the Government, the Contractor shall provide the original record, or a reproducible copy of any such records within five working days of receipt of the request. Patient lists, no matter how developed shall be treated as privileged information. Lists and/or names of patients shall not be disclosed to or revealed in anyway for any use outside the MTF without prior written permission by the Chief of Hospital Services. MDGI 41-46. PATIENT SENSITIVITY. Contract providers shall respect and maintain the basic rights of patients, demonstrating concern for personal dignity and human relationships. Providers receiving complaints validated by the QAE and Chief of the Medical Staff, shall be subject to counseling and, depending on the nature and severity of the complaint, separation from performing services under this contract. RELEASE OF MEDICAL INFORMATION. The provider shall only release medical information obtained during the course of this contract to other MTF staff involved in the care and treatment of that individual patient. . The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: 52.209-6 Protecting the Government?s Interest when Subcontracting with Contractors Debared, Suspended, or Proposed for Debarment, 52.212-1 Instructions to Offers- Commercial Items, 52.212-2 Evaluation ? Commercial (Offerors must include a complete copy of 52.212-3, Offeror Representation and Certifications -- Commercial Items with offer which can be found at http://farsite.hill.af.mil/vffara.htm), 52.212-4 Contract Terms and Conditions?Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statures or Executive orders ? commercial Items (Jun 2003) (Deviation I), 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-36 Affirmative Action For Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration, 52.233-3 Protest After Award, 52.243-5 Changes and Changed Conditions, 52.246-1 Contractor Inspection Requirements, F.O.B. Destination, 52.253-1 Computer Generated Forms. The following Defense Federal Acquisition Regulation (DFAR) provisions and clauses apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Required Central Contractor Registration, 252.219-7011 Notification to Delay, 252.212-7000, Offeror Representation and, 252.225-7000 buy American Act ? Balance of Payments Program Certificate, 252.225-7012 Preference for Certain Domestic Commodities, 252.232-7003 Electronic Submission of Payment Request, 252.239-7013 Obligation of the Government, 252.243-7001 Pricing of Contract Modifications, 252.246-7000 Receiving Report, 252.247-7023 Transportation of supplies by Sea (May 2002) Alternate III, 52.232-18 -- Availability of Funds..Availability of Funds (Apr 1984 Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer..Solicitation number F25600-03-T-0132 must be referenced on all correspondence. No numbered notes are applicable acquisition. Questions must be submitted in writing via email to cynthia.flemming@offutt.af.mil or facsimile to 402-294-7280. Complete written quotations must be physically received by the 55 Contracting Squadron, 101 Washington Square, Offutt AFB by 12:30 pm CST on 25 Sep via US Mail, facsimile or email. COLLECT CALLS CANNOT BE ACCEPTED. All potential offerors are reminded, in accordance with DFARS 252.204-7004, Required Central Contract Registration, that lack of active registration in the CCR database by 12:30 pm CST on 25 Sep 03 will make a bidder ineligible for award. Go to website http://www.ccr.dlsc.dla.mil to register in CCR. PARTIAL QUOTES WILL NOT BE CONSIDERED. **NOTE** AWARD WILL BE MADE BASED ON PRICE AND PAST PERFORMANCE ***
- Place of Performance
- Address: 101 WASHINGTON AVE, BLDG #40, OFFUTT AFB, NE
- Zip Code: 68113
- Country: USA
- Zip Code: 68113
- Record
- SN00439948-W 20030925/030923213114 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |