SOLICITATION NOTICE
Q -- Medical Consultant Service
- Notice Date
- 5/20/2005
- Notice Type
- Solicitation Notice
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- DHS - Border and Transportation Security, Federal Law Enforcement Training Center (FLETC), Procurement Division, PRO-BLD 93 1131 Chapel Crossing Road, Glynco, GA, 31524
- ZIP Code
- 31524
- Solicitation Number
- HSFLGL05R00014
- Response Due
- 5/25/2005
- Description
- A. This notice is soliciting information to determine the availability of capable contractors that can perform Medical Consultant Services to assist in the medical oversight of a medical services contract (hereinafter referred to as the service contract) covering daily operation of government health units located at three Federal Law Enforcement Training Center (FLETC) facilities in different locations within the United States (locations are (1) Glynco, Georgia (main facility); (2) Artesia, New Mexico; and (3) Charleston, South Carolina). The service contractor is required to provide all staffing to include any or all of the following occupational staffing: (i) Physicians; (ii) Physician Assistant (PA); (iii) Registered Nurse (RN); (iv) Licensed Practical Nurse (LPN); (v) Medical Assistant (MA); (vi) Athletic Trainer [who must meet the licensing competency and professional qualifications required by the state for which hired] to operate the health units with services including (i) episodic ? symptomatic care, (ii) emergency response, (iii) immunizations, (iv) health screenings, (v) fitness examinations, (vi) annual physicals, and (vii) record keeping/recording. B. The Federal Law Enforcement Training Center (FLETC) is the leader in career long law enforcement training. The FLETC prepares law enforcement professionals to fulfill their responsibilities safely and proficiently ensuring that training is accomplished in the most cost efficient manner. The FLETC is host to approximately 80 partner organizations and is responsible for providing core instructional law enforcement programs at the designated locations. C. Under this proposed consultant/medical oversight contract, the contractor will be required to provide all management, personnel, supervision, materials, supplies required to and have in-depth knowledge of management of medical services contracts. The services to be provided may include but not be limited to: ensuring service contractor?s medical staff has been performing the appropriate treatment/ services, procedures were documented correctly, immunizations were administered correctly, emergency response/action for critical care was accurate and appropriate, and the appropriate medicine was issued/prescribed for the diagnosed medical condition. This oversight may require oversight on weekly, monthly, and/or quarterly basis. 1. The following reflect some areas that should be accomplished on a weekly basis: Review 10% of health screening records for appropriateness of assessments needs and clearance of students; review of emergency response to critical patients and compliance with FLETC protocols; review immunization protocols; and review 20% medical surveillance physicals to assure they are being done timely and in compliance with the Safety Medical Surveillance Program. 2. The following reflect some areas that should be accomplished on a monthly basis: All areas listed under weekly basis above plus, review 10% of medical records to include appropriateness of treatment/services provided and compliance with use of forms/notification process. 3. The following reflect areas that should be accomplished on a quarterly basis: Review 20% of medical records to ensure appropriateness of treatment/services; 20% of health screening records for appropriateness of assessments needs and clearance of students, 20% medical surveillance physicals to assure they are being done timely and in compliance with the Safety Medical Surveillance Program; review emergency response to critical patients and following established protocols; review privacy act protocols, immunization protocols. These lists are not all inclusive. D. The contractor shall provide a cost proposal (to include cost breakout) for these services covering medical oversight for all three sites based on weekly, monthly, and quarterly pricing covering a base year of 4 months (July ? September 2005) plus four 12-month options (Oct 2005-Sept 2006; Oct 2006-Sep 2007; Oct 2007-Sep 2008; and Oct 2008-Sep 2009). Interested offerors must have a minimum of ten (10) years federal government occupational health experience with desired experience in the law enforcement arena. Proposals will be evaluated for both technical merit and price reasonableness. The Technical Proposal Format, which follows has been included to assist you in preparing a complete technical proposal. Please ensure that all information furnished in support of the proposal is factual, accurate and complete. You may provide additional technical information that will enhance your proposal; however, overly elaborate presentations are not desired. Failure to provide the information requested may render the offeror?s proposal technically unacceptable. The Government reserves the right to verify any information provided for evaluation purposes. E. Technical Proposal Format. I. Qualifications (1) provide your management qualifications (statement of capability) and a written summary of experience in similar efforts with specific emphasis in medical service oversight, and (2) provide staff qualifications and experience. II. Understanding the Requirement. The offeror shall furnish a Management Plan that clearly delineates the offeror?s approach to provide the services indicating a clear understanding of the medical oversight requirement. III. Present/Past Performance. Provide six (6) references or experience in equal or similar services currently in progress or having been completed within the last 3 years including contract number, dollar value, description of service, name/address/phone number of point of contact. It is desired references are other federal contracts but may include some commercial services of like service as well. F. The following incorporated provisions and clauses are applicable to this acquisition: 52.212-1, Instructions to Offerors?Commercial Items; 52.212-2, Evaluation-Commercial Items with paragraph a being filled as follows: [The Government will award a contract resulting from this solicitation to the responsible offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. Technical and past performance, when combined, are equal to price and price related factors]; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible; 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; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. G. NAICS Code 621111 is used for this project. The awarded contract will be a firm fixed price non-personal services type contract. Contractors must be registered in the Central Contractor Registration (CCR) accessed via the Internet at http://www.ccr.gov. All information provided will become the property of the FLETC and will not be returned. H. Proposals are to be submitted via email to Sheryle Wood, Contracting Officer, email: sheryle.wood@dhs.gov. Closing date for receipt is Noon (12:00 P.M., Eastern Time) on Wednesday, May 25, 2005. This announcement consists of the only solicitation. A written solicitation will not be issued. Please contact the Contracting Officer via email for any questions!!
- Place of Performance
- Address: Glynco, Georgia (main facility), Artesia, New Mexico, Charleston, South Carolina
- Zip Code: 31525
- Country: United States of America
- Zip Code: 31525
- Record
- SN00812439-W 20050522/050520213042 (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 |