Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2004 FBO #0835
SOLICITATION NOTICE

Q -- MAMMOGRAPHY TECHNOLOGIST

Notice Date
3/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North PO Box 36600, Billings, MT, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-04-015-REL
 
Response Due
3/22/2004
 
Archive Date
4/6/2004
 
Point of Contact
Rita Langager, Contract Specialist, Phone 406.247.7293, Fax 406.247.7108,
 
E-Mail Address
rlangager@mail.ihs.gov
 
Description
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. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Programs 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 Subpart 37.4, Nonpersonal Health Care Services (10 U.S.C. 2304 and 41 U.S.C. 253). 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 firm fixed-price commercial item contract in response to Request for Quotation (RFQ) 10-04-015-REL. This solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20. The associated North American Industry Classification System code is 621512 and the small business size standard is $11.5 million. PRICE SCHEDULE: BASE YEAR: 18 days @ $________ per day = $__________; OPTION YEAR ONE: 36 days @ $________ per day = $__________; OPTION YEAR TWO: 36 days @ $________ per day = $__________; OPTION YEAR THREE: 36 days @ $________ per day = $__________; OPTION YEAR FOUR: 36 days @ $________ per day = $__________. STATEMENT OF WORK: The purpose of this acquisition is to contract for a Mammography Technologist to provide diagnostic breast imaging (mammography) examinations at the Blackfeet Service Unit, PHS Indian Hospital on the Blackfeet Indian Reservation, Browning, Montana. The Contractor shall provide services three days per month, preferably on Wednesdays from 9:00 a.m. to 5:00 p.m., and on Thursdays from 8:00 a.m. to 4:00 p.m. The schedule will be negotiated with the Radiology Department Supervisor. 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. MAJOR DUTIES: Performs a variety of mammographic examinations. Responsible for image quality, and more specifically, patient positioning, compression, image production, and film processing. Responsible for specific quality control procedures as dictated by the Federal Drug Administration (FDA) and the American College of Radiology (ACR) including: Darkroom cleanliness, processor quality control; screen cleanliness, viewboxes and viewing conditions; phantom images, visual checklist; repeat analysis, analysis of fixer retention; and darkroom fog, screen-film contact, compression. Independently makes standard examinations. Confers with radiologists to establish requirements of nonstandard examinations and determines technical factors, positioning, and number of images to satisfy the requirements. Evaluates the nature of the request, and rearranges patient priorities to accommodate them. Maintains records of patients treated, examinations performed, and results sent. Advises patient and/or referring physician of results of examination and provides them with a copy of the Diagnostic Imaging Report. Makes minor adjustments to equipment such as setting up grids and filters. May perform a variety of basic, moderately complex and complex radiographic examinations. Receives patient, explains method of procedure, positions patient, selects and sets technical factors, sets up and adjusts accessory equipment required, and makes exposures necessary for the requested procedure. Performs darkroom operations, loading, and unloading cassettes and operating automatic film processors. Maintains and updates data base records of patients examined, examinations performed, views taken, and technical factors used. Performs general office work of locating and updating film file jackets, matching and filing of radiographic film jackets and reports as requested. Protects the patient from direct or secondary radiation by using proper exposures, films, filter, screen, and cones to expose only the designated area. Follows radiation protection guidelines by wearing personnel dosimeter while working with and around radiation. Reviews new developments in the field and makes a recommendation to administrative staff of department on items that would improve the operation of the radiology department. Performs other duties, as assigned. The Contractor shall provide services according to the standards of the Joint Commission on Accreditation of Health Care Organizations (JCAHO), the certifying organization for the Blackfeet Service Unit. 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. KNOWLEDGE AND EXPERIENCE REQUIRED: Knowledge of routine and diagnostic examinations and procedures for patient diagnosis including knowledge of anatomy and physiology pertaining to the field of radiology. Knowledge of radiation protection standards, devices and techniques including concepts of accumulated dosage and possible genetic changes due to the effects of radiation exposure. Knowledge of hospital wide precautions for handling infectious patients and/or blood and body fluids. Knowledge of care when performing invasive procedures according to policies pertaining to infectious wastes and proper disposal of sharp and infectious or contaminated instruments. Knowledge of sterile procedures to perform examinations requiring sterile techniques to prevent nosocomial infections. Proper clean up procedures to eliminate contaminated areas of fixed equipment to prevent the spread of infectious disease. Knowledge of current and previous position techniques to acquire optimum quality images in both technique and positioning skills to provide diagnostic images for the Radiologists. Knowledge of the physics and application of ionizing radiation to perform and produce quality radiographs with the necessary care and precaution needed when using ionizing radiation to not exceed an allowable dose to the patient. Knowledge in positioning skills to acquire optimum images in situations that requires special tube/film angulations to obtain the necessary images for proper diagnosis under circumstances where the patient may be unable to aid in the routine positioning manner. Knowledge in processing chemicals to assure proper usage of the automatic image processor including the ability to mix to the designated potency of the fixer and developer solutions necessary for quality radiographic images. Knowledge of anatomy for each body part imaged to provide maximum information of each body part to obtain a diagnosis with little or no inconvenience to the patient by having to perform additional exams due to limited body area included on the original image. And, knowledge of telerading images, dryview digitizer, PACS, IHS Radiology RPMS system. PERIOD OF PERFORMANCE: The performance of this contract shall be for a 6-month period with the option to renew for 4 successive 12-month periods. QUALIFICATIONS: (1) Certified by the American Registry of Radiologic Technology (ARRT); and (2) CPR Certified. CONTRACTOR FURNISHED PROPERTY: The Contractor shall furnish a portable mammography unit. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The project officer 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. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the Project Officer at the Blackfeet Service Unit, PHS Indian Hospital, P.O. Box 760, Browning, Montana 59417. The Contractor agrees to include the following information on each invoice: (1) Contractors name, address; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service; and (6) Remit to address. 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 Billings Area IHS Personnel Office. 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. 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 (JAN 1999): (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 and are included in the relative order of importance: (1) Certified by the American Registry of Radiologic Technology (ARRT)?25 POINTS; (2) Resume, Curriculum Vitae or OF-612/OF-306, Application for Federal Employment?25 POINTS; (3) Practical Experience. The Contractor must describe past and current experience in the Diagnostic Radiologic field relating to mammography?25 POINTS; (4) Two Letters of Reference?15 POINTS; and (5) Daily Rate?10 POINTS. Technical and past performance, when combined, are significantly more important than 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. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 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, 52.229-3, 52.232-18, 52.237-2, 52.237-3, 52.237-7, 52.242-15, 52.242-17, 352.202-1, 352.223-70, 352.232-9, 352.270-2, 352.270-3, 352.270-4, 352.270-6, and 352.270-7. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 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 http://www.arnet.gov and http://www.hhs.gov/ogam/oam/procurement/hhsar.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. 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 March 22, 2004. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your companys name and address. Offers will also be accepted by e-mail at RLangager@mail.ihs.gov or by fax at (406) 247-7108.
 
Record
SN00539596-W 20040310/040308222327 (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 |
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.