SOLICITATION NOTICE
79 -- After Hours Telephone Answering Service
- Notice Date
- 6/29/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- N00244 Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024405T0733
- Response Due
- 7/1/2005
- Archive Date
- 7/31/2005
- Description
- DFARS 252.204-7004 ?Required Central Contractor Registration? applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov for more information. FISC San Diego is announcing its intent to issue a Request for Quote (RFQ) for Naval Hospoital Camp Pendleton. This announcement is published as a Total Small Business Small Business Set-Aside action per FAR 52.219-1 and 52.219-6; (this means you must be a small business, quoting the product of a small-business manufacturer). This procurement is restricted; all responsible sources may submit an offer. This is a synopsis for commercial supplies/services prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. A separate written solicitation will be issued upon request. Solicitation number RFQ N00244-05-T-0733 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15 and Defense acquisition Circular 91-13. The standard industrial code is 7389 and the business size standard is 500 employees. All supplies/services are to be delivered: FOB Dest to Material Mgmt Dept, Camp Pendleton. Acceptance shall be made at destination. This requirement is for a fixed priced contract . The Agency needs the following items: 1 Request Contract for After Hours Telephone Answering Service for Naval Hospital Camp Pendleton. . A copy of the written solicitation is required to obtain the specifications prior to quoting. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. Clause 52.232-18 Availability of Funds applies. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. 52.217-8 Option To Extend Services (Nov 1999) 52.217-9 Option To Extend The Term of the Contract (Mar 2000) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items. Provision 52.212-2, Evaluation ? Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation?s minimum criteria for technical acceptability at the lowest price. (option 1) To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above reference written solicitation. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors ? Contractor Evaluation System, Red / Yellow / Green Program applies. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company?s complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company?s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time. 07/01/2005, and will be accepted via fax (619-532-2347) or via e-mail (evangeline.rodriguez@navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher . See Numbered Note (13). 05/25/2005 WED 15:14 FAX @003/011 Statement of Work for After Hours Telephone Answering Services Naval Hospital, Camp Pcndlcton, CA 1.0 INTRODUCTIOlq I'he Fleet and Industrial Sitpply Center - Sao Diego (FISC-SD) Regional Business Support (RBS) Manaszeme:nt Office is issuing this term type task order that defines the customers project goals and objectives to meet their specific agency requirements. The purpose of this order is to provide a telephone-based answering service for eligible beneficiaries. 2.0 SCOPE 2.1 The contractor shall develop,operate,manage and staff telephone-based answering service in support of Naval Hospital Camp Pendleton and associated Area Branch Medical Clinics, (to include on and off-base). 2.2 While on duty, the contractor shall not advise, recommend or suggest to individuals authorized to rcceive service at Government expense that such individuals should receive services from other health care providers except with the express written consent of the Commanding Officer. The contractor shall not bill individuals entitled to those services tendered pursuant to this purchase order. 3.0 PERIOD OF PEELFORMANCE The period of performances shall be from I October 2005 through 30 September 2006. 4.0 HOURS OF OPE'.RATION 4.1 The contractor shall'provide telephonc-bascd answering service during -normal working days a) Monday through Friday 1530 through 0730; b) twenty-four hours a day during weekends and holidays; c) whenever specifically requested by a representative of Family Practice, Internal Medicine or Pediatrics Departments. This service shall be available to all eligible beneficiaries. 4.2 This service shall provide active duty members and TRICARE Prime beneficiaries with 24 hour access, Sunday through Saturday to include holidays. Federal Holidays include: New Year's Day, Martin Luther King's Birthday, President's Day, Memorial Day, Independence Day, L,abor Day, Columbus Day, Veteran's Day, Thanksgiving Day and ChTistTnas Day. 4.3, Telephone system capability shall allow for roll over of calls to avoid busy signals. Busy signals shall be replaced with voice call status messages that are informative and educational. Not less that 90% of calls shall be either directly answered or placed in the ENCLOSURE 05/25/2005 WED 15:14 FAX 004/011 qaeue by period throughout the day, The contractor telephone system shall have TDD capability, 5.0 STATEMENT OIF WORK Specific duties/responsibifities are as follows: 5.1 Provide TRICARE pi-ime beneficiaries with a valuable telephone-bas -ed answering service, which does not in either fact or appearance, result in an effort to deny thei7, right to healthcare. 5. 2 Emphasis on comrnilment to treating patients with warmth, caring and empathy and to promoting patient's physical and psychological comfort. 5.3 The contrtctor shall implernent an audio taping system (ATIS800ODigitaiCall Logging System) to record and document telephone conversations. Audio tapes, although the property of the contractor, shall be made available to the government upon request of the COR for quality management and control of the services, in cases of liability or other legal proceedings or to document and respond to patient complaints. 5. 3..l The audio taping s3istem, specified in paragraph 5.3, shall be an integral pan of the telephone system. 5.4 The contractor shall log all calls in an easily and fiffly retrievable fashion. Ms log will track the number of calls and identify the Primary Care Manager (PCM). The log shall include the following information: name of the patient, name of sponsor, social security number of the spo:mor (SSN), enrollment status, Primary Care Manager (PCM), age of the patient, reason for the call, the date the call came into the service, the th-ne the call came in, the time the call was delivered to the doctor, the name of the doctor, and any other information relevant to the call, A separate log sheet will be faxed daily to the following numbers for each clinic. 5.4.1 A copy of logs identified in paragraph 5.4 shall be faxed to the Managed Care Department at Naval 14ospiltal Camp Pendleton each weekday by I 000 (I OAND (for calls received on Saturday, Sunctay and Holidays, the logs shall be fax.ed by I 000 (I OAM) the following weekday). Fax number is (760) 725-1291, 5.5 The Contractor shall uitilize the government owned 800 nlu-.nber and provide the following optioils: a. Advise the patie!nt to call 91 1 for an emergency b. Provide the patient %itji information on how to enroll in TRICARE Prime or refer them to wivw.triwestcom. c. Connect with a jdve operator to further assist the patient in reaching the healthcare provider. .5.6 Prior to paging or calling a physician, the Contractor shall obtain the following information from all callers: 05/25/2005 WED 15',14 FAX 005/011 a. Confirm that the caller is or represents a patient who is enrolled in TRICARE Prime. b. Confim that the patient represented is assigned specifically to a Primary Care Provider at Naval Hospital, Camp Pendleton (NHCP), Family Medicine Oceanside Clinic (FMOC), the 31 Area Branch Medical Clinic (ABMC); the 52 ABMC or is an Active Duty member stationed aboard Camp Pendleton, and absolutely canni:)t get medical advice or attention from their assigned unit due to it being closed, c. Determine specifically, if the patient is assigned to Naval 14ospital Camp PendletorL and whether they are enrolled to Farr)ily Practice, Internal Medicine, Peditirics, 31 ABMC, 52 ABMC or FMOC. Record that information. d. Obtain a reliablq,- phone number to reach the patient, as well as a home phone, if different. e. Obtain the spon:3or's Social Security Number- f Obtain the patient's name and the sponsor's name. S. 7 To determine the pa:dent's PCM, ask the following questions: Were you seen in the hospital? Were you seen on the first floor (then the PCM would be either Pediatrics or Family Medicine)? Did@ you take the elevator to reach the clinic (then the PCM would be Internal Medicine)? Was the clinic located on the base (then the PCM would be 31 or 52 ABMC)? Were you se4,-n in a clinic that was not on the base (then the PCM would be the FMOC? S. 8 Primary Care Manalyer (PCM) Cli-nies attached to Naval Hospital Camp Pendleton (NHCP) arc as follows: Family Medicine: located on the I" floor it N14CP Pediatrics: located on the I" floor at NHCP Internal Medicine: located on the 3d floor at NHCP Family Medicine Oceanside Clinic: located at 2122 El Caniino Real in Oceanside, CA 31 ABMC: located on Camp Pendleton near the rifle range or Las Pulgas gate 52 ABMC: located in the northern part of base by San Onofxe 5.9 When paging providers, the contractor shall call the provider one time on their -pager. If no response aftei, 60 minutes, the contractor shall contact the Quarter deck at 760-725-1288/1289 for another on-call provider. If the on-cau provider does not respond after the second attempt, c,oontact the Quarter deck and ask to page the department head of the respective PCM. All attempts shall be documented on the daily log. 5.9.1 For surgery pationti; or recent surgery patients, the contractor shall forward the call to the Emergency Medicine Department or the on-call provider responsible for the 05/25/2005 WED 15:15 FAX Z006/011 surgery after hours watch. (The Quarter Deck will provide the pager numbers for other specialties within the hospital), 5.9. 2 For Active Duty members, 31 ABMC, and 52 ABMC, the contractor shall forward the call to Family Medicine on-call watch. 5.9.3 Patient (callers) wh4) are enrolled in those areas outside of NHCP shall be patched through to the assigned aft-.r hours provider at their PCM (i.e. PCM to Pediatrics shall be patched through the Pediatrics Watch; PCM to Family Medicine shall be patched through to Family Medicine Watrb; PCM to Internal Medicine shall be patched tluough to Internal Medicine Watch - PCM to the FMOC shau be patch -ed through to FMOC Watch: PCM to the 31 ABMC shall be patched through to 3 1ABMC Watch and the PCM to the 52 ABMC shall be patcheel through to the 52 ABMC Watch. 5.9,4 Should a TRICARE@ Prime patient call the contractor from an Eniergency Room (ER) of a civilian hospital, the contractor shall: I )Obtain information identified in paragraph 5. 4 2) Contact the patient's PCM (The PCM should be able to give the authorit'y for the hospital to see the patient or refer the patient to another.) 3) Contact TRICARE (TriWest Healthcare Alliance) for authorization at 1-888-TriWest or 1-888-874-9378. 4) If the P(-@'M is not available, the contractor shall contact the Quarter Deck for the number of the on-call provider or the number for the Depwtnient Head for the particular PCM. The individual at the Civilian Emergency Medicine Department should be patched through to the pi-ovider. 5) Contractor shall note the action taken. 5.9.5 If the Contractor re(,eives a call during the hours of 7:.30 AM - 4:00 PM on a weekday that is neither a holiday, the contractor will request that the patient call their regular cMc, or seek emergency services (if the caller feelq that a true emergency exists). Patients may reach their PCM (Pediatrics, Internal Medicine or Family Medicine) by calling (760) 725-4327, tl-ie FMOC at (760) 754-0974, 31 ABMC at (760) 725-7790, or 52 ABMC at (760) 725-7943. 5.9.6 If the contractor receives a call from a beneficiary outside of one hour drive time to Camp Pendleton, the patient will be referred to the TriWest nwnber. In the case of Active Duty members, the,y should contact the nearest Military Treatment Facility, if non-emergent, or obtain emergency services if a true emergency. 5.10 The Contractor shall submit a comprehensive Quality Control plan with the proposal. (Proposals will be considered incomplete without a comprehensive Quality Control Plan.) 0.-5/25/2005 WED 15:15 FAX 007/Otl 5.10.1 The Quality Control Plan shall at a minimum include: 5.10.1.1 InformationProllocol;AProtocoIforidentifyingandrequcstingcomplete information from the patient. 5.10.1. 2 Referral Protocols. These protocols shall include procedures for identifying the referring provider/loca:don, contacting them and transferring patient information in a timely manner. 5.10.1.3 The Government will provide a standard greeting announcement for the 800 number. The contractor stlall record the greeting. 5.11 The Government wil[ provide a current Plan of the Day (POC) watch bill, list of staff doctor's pager numbers and the, numbers as appropriate. The contractor may obtain this information through tb@e NFICP website at http://cpen-intranct.
- Record
- SN00839141-W 20050701/050629212642 (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 |