SOLICITATION NOTICE
Q -- MEDICAL TECHNOLOGIST
- Notice Date
- 6/9/2006
- Notice Type
- Solicitation Notice
- NAICS
- 621511
— Medical Laboratories
- 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-10-06-043-REL
- Response Due
- 6/30/2006
- Archive Date
- 7/15/2006
- 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 Program 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)), 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 as implemented by 25 U.S.C. 1638c) and FAR Subpart 37.6, Performance-Based Acquisition. 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 fixed-price, performance-based, commercial item contract in response to Request for Quotation (RFQ) 10-06-043-REL. 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 2005-09. The associated North American Industry Classification System code is 621511 and the small business size standard is $12.5 million. PRICE SCHEDULE ? MEDICAL TECHNOLOGIST: BASE PERIOD: 640 hours @ $________ per hour = $__________; OPTION ONE: 2080 hours @ $________ = $________; TOTAL: $____________. PURPOSE OF THE CONTRACT: The purpose of this acquisition is to contract for a Medical Technologist for the Northern Cheyenne Service Unit, PHS Indian Health Center, Lame Deer, Montana. The work schedule is 8:00 a.m. to 4:30 p.m., Monday through Friday. STATEMENT OF WORK: An ASCP certified and experienced Medical Technologist will provide all the duties involved with laboratory functions, to include: (1) Phlebotomy on patients of all age ranges; (2) Processing and analyzing blood and blood and urine specimens in hematology, chemistry, coagulation, and urinalysis; (3) Set up and reading of culture specimens in microbiology; (4) Performing quality control and maintenance in all areas of the laboratory; (5) Packaging specimens for shipment to reference labs; (6) Manual and interfaced entry of results into RPMS; (7) Reporting/documenting critical values to appropriate providers and medical records department; (8) Timely delivery of reports to appropriate providers and medical records department; and (9) Assisting with supply/inventory by putting away supplies and help tracking of low inventory. KNOWLEDGE AND EXPERIENCE REQUIRED: A thorough understanding and knowledge of the principles, theories, techniques, and practices appropriate to medical technology, such as can be gained through completion of education and training equivalent to the requirements for a bachelor degree in medical technology in a recognized college or university. The practical application of these principles, theories, and accepted procedures are characteristics of the profession to clinical laboratory work. Knowledge of CAP accreditation standards and the CAP inspection process. Skill in calibrating and operating analytical instruments sufficient to independently perform recurring tests and analyses, to evaluate new methods, and to make minor modifications. Understanding of related disciplines such as microbiology, chemistry, physiology, anatomy, and their relationships to medical technology. Knowledge of the specific collection methods and knowledge of critical test values from patients in the following categories: (1) neonatal; (2) pediatric; (3) adolescent; (4) adult; (5) geriatric; and (6) frail geriatric. SCOPE AND EFFECT: The work involves implementing new methods by performing, evaluating, and modifying methods not currently carried out in the laboratory in addition to performing a full range of standardized chemical analyses and tests. The work efforts affect the adequacy of the laboratory analytical capabilities in addition to the accuracy and acceptability of the analytical services provided by the laboratory. PERSONAL CONTACTS: The personal contacts are with medical technologists, medical staff, nursing personnel and patients. PURPOSE OF CONTACTS: The purpose of the contacts, in addition to exchanging factual information, is to plan and coordinate the work with others; discuss methodological problems and possible solutions; explain results obtained including interpretation and significance; or in general, to clarify information wanted, resolve operating problems and agree upon schedules and plans. PHYSICAL DEMANDS: The work is mostly sedentary with some walking, standing, bending, and carrying of light items. WORK ENVIRONMENT: Work involves regular and recurring exposure to irritant chemicals and infectious materials. Special safety precautions are required and use of protective clothing and gear such as laboratory coats and gloves. SUPERVISION: The supervisor defines the objectives. The medical technologist plans and carries out tests/examinations following commonly accepted and understood instructions, guidelines, and/or laboratory manuals. Uses professional judgment to evaluate and implement a plan when situations may deviate from the norm. Recurring work for which proficiency has been demonstrated is subject to cursory review and spot checks. SUPERVISOR: George Ceremuga, M.D., Clinical Director; ALTERNATE: Garold Spire, M.D., Laboratory Director. GUIDELINES: The medical technologist has available a variety of guidelines including established methodology and instrument manuals, precedents in the area of work, trade, literature, technical references, and agency practices, regulations and policies. The medical technologist uses judgment in evaluating, interpreting, selecting, and applying the guidelines to specific situations and requirements. The guidelines are not always completely applicable to or specific for all the requirements and problems of the work. Therefore, the medical technologist must also exercise judgment in adapting and modifying the established guides to solve problems encountered, in applying established methods and practices to new situations or in relating new assignments to preceding one. COMPLEXITY: The assignments consist of a variety of clinical laboratory duties. To perform the tests/examinations upon physician requests, the appropriate samples must be selected then the substances involved must be utilized appropriately. To select new methods to try out and implement, the objectives to be met and the properties (which can be readily determined) of the substances involved must be considered in relation to the underlying technological principles of the methods described in the literature. Typically, problems can ordinarily be solved by modification of the method or procedure or by instrument adjustment. PERIOD OF PERFORMANCE: Date of Award (projected start date is July 17) through September 30, 2006, with one 12-month option. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all necessary equipment and supplies. The Northern Cheyenne Service Unit will be responsible for getting the Contractor access and clearance to all pertinent ARMS; intranet, internet, and computer services necessary to carry out his/her duties. COMPUTER SECURITY: All Federal agencies are required by the Federal Information Security Management Act of 2002 (FISMA) to complete a course in Computer Security Awareness Training (CSAT). Within HHS, there is a requirement for this training to be completed annually by all employees including all contractors, volunteers, students, summer externs, etc. PERFORMANCE-BASED SERVICE DELIVERY SUMMARY: The contract Medical Technologists performance will be measured based on the following Performance Requirements: (1) Quality of Performance; (2) Shift Coverage; (3) Documentation of testing quality assurance maintenance and troubleshooting; and (4) Customer Service. The Performance Requirements will be measured against the following Government Performance Standards: (1) Provide Medical Technologist services as specified in the Performance Work Statement; (2) Must be available for shift coverage; (3) As indicated in the Northern Cheyenne Service Unit lab policy and procedure manuals; and (4) 5 or more customer complaints. The Method of Government Surveillance to determine compliance with the Performance Requirements are as follows: (1) Work is reviewed for accuracy through quality improvement activities, standards of performance evaluation, and spot checks; (2) Direct observation and random sampling by project officer or his/her designee; (3) Direct observation by supervisor or designee; and (4) Validated Complaints. Deduction Schedule: A 10% deduction shall be assigned to Items 1 and 2, and a 5% deduction to Items 3 and 4. Deductions shall be assessed against individual invoices when services are not performed or do not meet contract requirements. 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 Supervisor at the Northern Cheyenne Service Unit, PHS Indian Health Center, P.O. Box 70, Lame Deer, Montana 59043. 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. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes has been made 15 days after each quarter. 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 Northern Cheyenne Service Unit. 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. The Privacy Act of 1974 mandates that the Contractor maintain complete confidentiality of all administrative, medical and personnel records, and all other pertinent information that comes to his/her attention or knowledge. The Privacy Act carries both civil and criminal penalties for unlawful disclosure of records. Violation of such confidentiality shall be cause for adverse action. The IHS shall provide training on the Freedom of Information Act and the Privacy Act. All IHS regulations and policies applicable to these Acts shall be enforced. The Contractor shall comply with IHS facility infection control and safety procedures, practices, and standards. Federal Tort Claims Act coverage for medical related claims is extended to the individual providing medical technologist services. However, the services must have been performed within the scope of the personal services contract. 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: (1) ASCP Certification = 20 POINTS. Potential contractors must submit a copy of ASCP certification with the price quote; (2) Resume = 30 POINTS. Potential contractors must submit resume with price quote; and (3) Experience with Laboratory Equipment = 20 POINTS. Potential contractors shall identify experience with laboratory equipment; and (4) Past Performance = 30 POINTS. The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts/jobs. The offeror must list at least three contracts/jobs and include the following information. (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service/Employment; (4) Total contract value/Hourly wage; (5) Description of contract work/Job duties; (6) Contracting Officer/Company Manager and telephone number; (7) Program Manager and telephone number, if applicable. Technical and past performance, when combined, are considered approximately equal to 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, 52.204-9, 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, 52.232-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.245-1, 52.245-2, 52.249-12, 352.202-1, 352-215-1, 352.215-70, 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, 52.219-6, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 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. CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST REGISTER WITH THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE. THE CCR IS THE PRIMARY GOVERNMENT REPOSITORY, WHICH RETAINS INFORMATION ON GOVERNMENT CONTRACTORS. YOU MAY REGISTER VIA THE INTERNET AT HTTP://WWW.CCR.GOV OR BY CALLING (888) 227-2423. 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 June 30, 2006. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your name and address. Offers will also be accepted by e-mail at RLangager@mail.ihs.gov or by fax at (406) 247-7108. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt by the Government.
- Record
- SN01066667-W 20060611/060609220355 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |