Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2004 FBO #0838
SOLICITATION NOTICE

Q -- ORAL SURGEON

Notice Date
3/11/2004
 
Notice Type
Solicitation Notice
 
NAICS
621210 — Offices of Dentists
 
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-10-04-020-REL
 
Response Due
4/2/2004
 
Archive Date
4/17/2004
 
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 Part 13, Simplified Acquisition Procedures, FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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) 10-04-020-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 621210 and the small business size standard is $6.0 million. PRICE SCHEDULE: BASE YEAR: 6 days @ $________ per day = $__________; OPTION YEAR ONE: 6 days @ $________ per day = $__________; OPTION YEAR TWO: 6 days @ $________ per day = $__________; OPTION YEAR THREE: 6 days @ $________ per day = $__________; OPTION YEAR FOUR: 6 days @ $________ per day = $__________. STATEMENT OF WORK: The purpose of this acquisition is to contract for an Oral Surgeon for the Blackfeet Service Unit, PHS Indian Hospital on the Blackfeet Indian Reservation, Browning, Montana (hereinafter referred to as the Blackfeet Community Hospital). The Contractor shall provide services six days per year. The Contractor will be scheduled between 6 and 8 complex oral surgical cases per day. The scheduling will depend upon the complexity of the planned treatment. The tentative schedule for oral surgeries for the Base Year is April 27, 28, and 29, 2004, and August 17, 18, and 19, 2004. The schedule for the option years will be negotiated with the Dental Department. 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. TARGET POPULATION: The target population for this contract is the Indian people who live on or near the Blackfeet Indian Reservation. PROGRAM DESCRIPTION: The Contractor will treat patients requiring complex oral surgical procedures. The Contractor will utilize the facilities at the Blackfeet Dental Clinic. The Blackfeet Community Hospital will provide medications, patient monitoring equipment, and oral surgical equipment. The Contractor will operate within the Dental Clinic. The following support staff will be provided to the Contractor: 2 dental assistants and 1 dental receptionist. PROGRAM GOALS AND OBJECTIVES: The objective of the contract services is to provide oral surgical services at the Blackfeet Community Hospital, thereby reducing the number of referrals made to offsite providers. MAJOR DUTIES: Provides oral surgical services at the Blackfeet Community Hospital Dental Clinic including: Direct oral surgical services in the dental clinic consisting, but not limited to: tooth extractions, surgical extractions of erupted teeth, tissue and bony impactions, root recovery by surgery, oral antral fistula closure, tooth replantation, tooth transplantation, surgical exposure of unerupted teeth, biopsy of hard and soft tissue, alveoloplasty, electrosurgery, removal of mandibular and maxillary exotosis, I&D intra and extra oral abscesses, maxillary and mandibular frenulectomy, establish emergency airway, intra and extra oral tissue suturing. Provides training to professional and auxiliary staff in oral surgery specialty area. Services shall be based on Indian Health Service criteria and standards. The Contractor shall also provide diagnostic and consultation services to the Dental and Medical staff of the facility. The 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 at the hospital in accordance with the Blackfeet Service Unit medical by-laws. An orientation will be provided to the Contractor prior to starting work. 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. GUIDELINES: Works within the limits established by the Blackfeet Service Unit Administrative and patient care policies. PERSONAL CONTACTS: Contacts include IHS staff, patients seeking care on the Blackfeet Reservation, community and Tribal leaders, and non-Indian Health Service dental professionals. Works with the IHS Dental Staff providing consultation for the provision of oral surgery services to local patients. Provides training, guidance and support to the Service Unit Dental Staff on oral surgery care and patient education. Treats patients as a member of the Blackfeet Service Unit Medical/Dental Staff. Performs examination and provides direct oral surgical services. PHYSICAL DEMANDS: Clinical care will require walking and bending related to patient treatment. Work will frequently involve extended workdays. WORK ENVIRONMENT: Clinical work provided in a Dental Clinic setting and hospital operating room setting. CREDENTIALS/KNOWLEDGE REQUIRED BY THE POSITION: Current, unrestricted State license, certification, or registration, as applicable, to practice independently in professional field. Verification of license. Must have obtained D.D.S. degree from an accredited United States Dental School. Must have completed an oral surgery residency in an accredited United States Oral Surgery Program. Completion of site specific privileges. 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. 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) Current, unrestricted State license, certification, or registration, as applicable, to practice independently in professional field?20 POINTS; (2) Curriculum Vitae?20 POINTS; (3) D.D.S. degree from an accredited United States Dental School?20 POINTS; (4) Oral surgery residency in an accredited United States Oral Surgery Program?20 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, 52.245-1, 52.245-2, 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 April 2, 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
SN00542434-W 20040313/040311222229 (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.