Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2004 FBO #0929
SOLICITATION NOTICE

Q -- PHARMACIST

Notice Date
6/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
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-10-04-031-BAC
 
Response Due
6/25/2004
 
Archive Date
7/10/2004
 
Point of Contact
Bryce Claymore, Contract Specialist, Phone 406-247-7352, Fax 406-247-7108,
 
E-Mail Address
bclaymore@mail.ihs.gov
 
Small Business Set-Aside
Total Small Business
 
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 37.104, Personal Services Contracts (Public Law 103-332, Department of the Interior and Related Agencies Appropriation Act, Title II, September 30, 1994, 108 Stat. 2530). 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 purchase order in response to Request for Quotation (RFQ)-10-04-031-BAC. This solicitation is restricted to 100% Small Business concerns. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-23. The associated North American Industry Classification System code is 621399 and the small business size standard is $6 million. PRICE SCHEDULE: Offers should be submitted for 560 hours @ $________ per hour = $__________ STATEMENT OF WORK: Contractor will work at the Crow/Northern Cheyenne Hospital , Crow Agency, Montana, four days a week from 7:30 a.m. to 6:00 p.m., either Monday through Thursday, or Tuesday through Friday of each week providing outpatient Pharmacy Services. MAJOR DUTIES: Review prescription orders for safety and efficacy of therapy. Read and interpret orders from primary care providers. Compute dosages. Identify therapeutic incompatibilities and take corrective action. Instruct patient on proper use, actions, precautions and storage of medication. Attempt to maximize patient comprehension of medical therapy. Advise patients on important drug-drug and drug-food interactions. Use current pharmacy reference materials to provide accurate and timely drug-related information to members of the medical staff. Participate in all pharmacy based patient monitoring programs within their ability and training. Keep appropriate records of all dispensing. This shall include controlled drugs. Make appropriate entries into the permanent medical record. Works closely with the regular staff pharmacists at the facility. Works under the general guidance of the IHS Pharmacy Policy and Procedure Manual. The Department will provide the Contractor with standard and specialized equipment and supplies needed for the performance and delivery of services including the use of a computer. The Department is responsible for getting the Contractor access and clearance to all pertinent ARMS; intranet; internet and computer services necessary to carry out his/her duties. The department must provide the contractor with direction and proper workloads, which are appropriate with the normal day-to-day operations in the department. SUPERVISION: The Contractor is subject to the supervision and direction of the Clinical Coordinator or her designee. The IHS shall supervise, monitor and ensure that the contractor is adequately performing the requested services, deliverables, duties and responsibilities in accordance the Statement of Work and performance standards for which they were hired to accomplish. PERIOD OF PERFORMANCE: Date of award through September 30, 2004. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide the Contractor with the following: (1) Office space including a computer, supplies and telephone; (2) The contractor will be authorized to use all areas of the facility made available to them and should only utilize them for official business activities relating to job performance. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes has been made 15 days after each quarter. 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 American Indian Reservation, therefore, the contractor must demonstrate sensitivity to cross-cultural and language differences. 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. 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 including the number of hours worked; 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. 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) Resume or Curriculum Vitae ? 10 POINTS; (2) Copy of current Pharmacy License ? 10 POINTS; (3) List past experience with similar types of jobs/contracts; include name of employer, supervisor/contact person and telephone number ? 10 POINTS. Award will be made on the basis of price and other factors representing the best value to the government. 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. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-6, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.245-1, 52.245-2, 352.202-1, 352-215-1, 352.215-70, 352.223-70, 352.224-70, 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, 52.219-6, 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. The offeror shall agree to hold the prices firm for 90 days from the date specified for receipt of offers. 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 June 25, 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 company name and address. Offers will also be accepted by email at bclaymore@mail.ihs.gov or by fax at (406) 247-7108
 
Place of Performance
Address: Crow Agency, Montana
Country: USA
 
Record
SN00601741-W 20040612/040610211831 (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.