Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2007 FBO #2084
SOLICITATION NOTICE

Q -- Radiology services for the Eagle Butte Service Unit

Notice Date
8/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, SD, 57401, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ-COM-07-10
 
Response Due
8/24/2007
 
Archive Date
9/8/2007
 
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) & 2305 & 41 U.S.C. 253(g) & 253a & 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), & FAR 37.4, Nonpersonal Health Care Service (10 U.S.C 2304 & 41 U.S.C. 253). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Aberdeen Area Indian Health Service (IHS) intends to award a firm fixed-price commercial item contract in response to Request for Quotation (RFQ) RFQ-COM-07-10. This solicitation is restricted to 100% Small Business concerns. The solicitation documents & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-18. The associated North American Industry Classification System code is 621111 & the small business size standard is $9 million. PRICE SCHEDULE: DIAGNOSTIC RADIOLOGY SERVICES: The proposed pricing must be all inclusive (to include but not be limited to transportation, food, lodging, per diem, and etc.). The contractor is responsible for all associated costs for the radiology interpretation services. CONTRACT LINE ITEM NUMBER (CLIN) ONE: PLAIN FILMS - Estimated Quantities: BASE PERIOD: 5300 exams per year (101 exams per week) x $___ per exam = $___; OPTION ONE: 5300 exams per year (101 exams per week) x $___ per exam = $___; OPTION TWO: 5300 exams per year (101 exams per week) x $___ per exam = $___. CLIN TWO: SCREENING ULTRASOUND ? Estimated Quantities: BASE PERIOD: 768 exams per year (16 exams per week) x $___ per exam = $___; OPTION ONE: 768 exams per year (16 exams per week) x $___ per exam = $___; OPTION TWO: 768 exams per year (16 exams per week) x $___ per exam = $___. CLIN THREE: PEER REVIEWS: BASE PERIOD: 2 peer review per year (15 films each time) x $___ each = $___; OPTION ONE: 2 peer review per year (15 films each time) x $___ each = $___; OPTION TWO: 2 peer review per year (15 films each time) x $___ each = $___. CLIN FOUR: ONSITE VISITS: BASE PERIOD: 1 onsite visit per year x $___ each = $___; OPTION ONE: 1 onsite visit per year x $___ each = $___; OPTION TWO: 1 onsite visit per year x $___ each = $___. GRAND TOTAL: $___. PURPOSE OF THE CONTRACT: The purpose of this contract is for the provision of radiologist services for the IHS. The Aberdeen Area IHS, Cheyenne River Service Unit (here in after referred to as Service Unit), requires contractor support from a board certified radiologist to provide radiology services. The contractor shall provide high quality radiologist service to the Service Unit in compliance with CMS accreditation standards. IHS requires contractor services to continue without interruption during the resultant contract. GOVERNMENT FURNISHED EQUIPMENT, FACILITIES, & PROPERTY: 1. The Service Unit shall provide all required blank government forms applicable for access to the IHS patient record system. Service Unit personnel will provide an orientation to the use of such forms. 2. The Service Unit shall provide professional and ancillary personnel deemed necessary to support the contractor. 3. The Service Unit shall perform ultrasound exams and standard films will be packaged and prepared by the Service Unit appropriately. 4. Service Unit Information Technology (IT) will give contractor access to the RPMS (Radiology package) upon completion of appropriate paperwork so the patient reports can be made available through this modality. CONTRACTOR RESPONSIBILITIES: 1. There will be no fluoroscopic studies done at this Service Unit. This was determined by the Medical Staff and the Radiologist. 2. The Contractor shall read the daily radiographs made available by ancillary personnel. Films will be delivered to contractor Monday through Friday. Reports will be dictated and returned to the Service Unit within 72 hours. Preliminary reports must be provided before dictated reports either by fax or computer access when discrepant findings may affect patient treatment or outcome. The contract radiologist will fax, the medical records fax machine at the Service Unit, the report with a cover sheet indicating the report be brought to the urgent attention of the Clinical Director, his designee or the Radiology Supervisor. The medical record will become the verification source for any surveyor. 3. If there is a need for further evaluation/testing, which would necessitate the use of outside contract health resources, the contract radiologist will document this in the patient report and the provider will follow up. The patient report will be the verification source for any surveyor. 4. The contract radiologist shall provide annual on site visits to give in-service to the Service Unit providers and to review policies and procedures of the Service Unit radiology department which would meet acceptable standard of care. 5. Contractor will provide semi annual peer review to the Service Unit. This will consist of 15 films each time. Films will be made available by the Service Unit radiology supervisor or designee. 6. The Contractor shall participate in the ER versus Provider monitoring by filling out their portion of the monitor. Discrepant studies, which may affect patient treatment or outcome will be faxed directly to the Service Unit Clinical Director, their designee, or the radiology supervisor. WORK SCHEDULE: Monday through Friday, during normal business hours for the duration of the contract. REPORTING REQUIREMENTS: Monthly invoices submitted as stated below. Any reporting or training stated within this resultant contract. CREDENTIALING: The contractor shall submit documents required for credentialing in accordance with the IHS Circular Number 89-7 to the credentialing coordinator when requested. Each person credentialed and granted clinical privileges by the Service Unit. The contractor must obtain and complete appropriate forms at the Service Unit. RADIOLOGIST QUALIFICATIONS: Each contract radiologist must meet the following licensure, certification, educational and experience requirements. 1. Board certification from the American Board/College of Radiology of comparable qualifications. 2. Meet the criteria for medical staff membership including: a. Current and unrestricted medical license from a state, the District of Columbia, Puerto Rico, or a territory of the United States. b. Diploma indicating completion of an accredited/approved medical school program. c. Completion of an approved medical residency or fellowship training program in radiology. d. If applicable, a copy of the Education Commission of Foreign Medical Graduate certificate (ECFMG) or Fifth Pathway certificate. e. Relevant experience and training in radiology as evidenced by three (3) letters of reference from individuals who can attest to the contract radiologist's judgment, competence, and character. One letter must be from the chief of staff or department chairperson from a hospital where the contract radiologist has privileges or has provided radiology services. f. Verification from the contractor that the health status of the contract radiologist is sufficient for the performance of radiology services under the contract. Evidence of a recent physical examination shall be acceptable. 3. Provide information on previously successful or currently pending challenges licensure or registration (state or district, DEA) or the voluntary relinquishment of such licensure or registration; voluntary or involuntary termination of medical staff membership or voluntary or involuntary limitation reduction, or loss of clinical privileges at another hospital; and current involvement with professional liability actions. 4. Evidence of current medial liability coverage. All required certifications/licensures in this resultant contract must remain current during the life of the contract. The contractor shall not have any work or health restrictions which interfere with the performance of radiology services. SPECIFICATIONS & STANDARDS: The resulting contract shall: 1. Be a non-personal service, which the contractor is independent, not considered an employee, & direct supervision is by the Radiology Supervisor. 2. Allow the IHS to evaluate the quality of professional & administrative services provided, but retain no control over the medical, professional aspects of the services rendered. 3. Require the contractor to indemnify the Government for any liability producing act or omission by the Contractor during contract performance. 4. In accordance with FAR 52.237-7, require the contractor to maintain medical liability insurance for the contractor personnel, in the coverage amount acceptable to the Contracting Officer, which is not less than the amount normally prevailing within the local community for the medical specialty concerned. Contractor shall notify the Contracting Officer of any change in insurance relating to this contract during the contract life. The notification shall provide evidence that they meet all the requirements of this clause. 5. Any subcontracts relating to this contract shall contain the requirements of FAR 52.237-7 clause. 6. The services provided by the contractor shall include but not be limited to radiology interpretation services. 7. Provide completed computer security clearance access forms. PERIOD OF PERFORMANCE: Date of Award (anticipated date is on or about September 9, 2007) through September 8, 2008 with two 12 month options. COMPUTER SECURITY: All Federal agencies are required by the Federal Information Security Management Act of 2002 to complete a course in Computer Security Awareness Training. Within HHS, there is a requirement for this training to be completed annually by all employees including all contractors, volunteers, students, summer externs, etc. 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 Federal funded children?s services are provided. 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 & assessment of performance & recommending technical changes: (2) Interpreting the PWS; (3) Technical evaluation as required; (4) Technical inspections & acceptance; & (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION & PAYMENT: The Contractor shall submit its invoice to the Project Officer at the Hospital & then to Contracting Officer, Aberdeen Area Indian Health Service, 115 4th Ave SE, Room 309 Federal Building, Aberdeen, South Dakota 57401. The Contractor agrees to include the following information on each invoice: (1) Contractors named, address; (2) Contract Number; (3) Invoice number & date; (4) Cost or price; (5) Dates of Service including number of hours worked; & (6) Remit to address. Payment shall be made by the Aberdeen Area Financial Management Branch, 115 4th Ave SE, Room 309 Federal Building, Aberdeen, South Dakota 57401. 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 & language differences. The Privacy Act of 1974 mandates that the Contractor maintain complete confidentiality of all administrative, medical & personnel records, & all other pertinent information that comes to his/her attention or knowledge. The Privacy Act carries both civil & 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 & the Privacy Act. All IHS regulations & policies applicable to these Acts shall be enforced. The Contractor shall comply with IHS facility infection control & safety procedures, practices, & standards PROVISIONS & CLAUSES: The following provisions & clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; & 52.212-3 Offeror Representations & Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to the acquisition & is provided in full test. 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 & other factors considered. Technical Proposal - The following factors shall be used to evaluate offers: (1) Unrestricted Medical License = 10 POINTS; (2) Board Certified from a State (American Board/College of Radiology) = 10 POINTS; (3) Ability to provide all necessary credentials to Credential Specialist in accordance with Service Unit timeframes = 10 POINTS; (4) Ability to make reports available in RPMS Package within 72 hours = 10 POINTS; (5) Ability to provide preliminary report, by fax, the same day it is read = 10 POINTS; (6) Availability to actively participate in department monitoring (ER versus Radiologist) and ability to notify the clinical director, provider or radiology supervisor when discrepant readings may affect outcome and document in patient report = 10 POINTS; (7) Availability to provide assistance in meeting CMS (Centers fro Medicaid services) guidelines and surveys = 10 POINTS; (8) Availability to provide one onsite (annual) visit for in-services and review of policies and procedures, competencies, and etc. = 5 POINTS; (9) Availability to provide semi-annual peer reviews = 6 POINTS; and (10) Past Performance = 20 POINTS: The technical proposal must include a list of similar contracts, government and/or commercial awarded to the offeror. The similar contracts must contain the same type of radiology service requirements outlined in the SOW. The offeror must demonstrate its record of successful performance in past contracts by including the following information for each contract. (i) The offeror must identify one contract which is considered to be most successful and the reasons for the success. (ii) The offeror will identify other similar contracts and indicate the record of performance. (iii) In the event the offeror did not have contracts which met the SOW the offeror will provide up to five other contracts deemed similar. (iv) For each of the above contracts, the offeror will provide the name, address and telephone number of the contracting organization, a point of contact, the dollar value and the dates of the contract. (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 & Health & Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-7, 52.204-9, 52.212-4, 52.212-5 with Alternate I, 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, 52.233-4, 52.237-2, 52.237-3, 52.239-1, 52.242-15, 52.242-17, 52.243-1, 52.245-1, 52.245-1, 52.249-2, 52.249-8, 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, & 352.270-7. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.204-6 with Alternate I, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, & 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR & HHSAR provisions & clauses. The provisions & clauses may also be accessed electronically at http://acquisition.gov/far/index.html & http://www.hhs.gov/oamp/dap/hhsar.html. CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST REGISTER WITH THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE VIA THE INTERNET AT HTTP://WWW.CCR.GOV OR BY CALLING (888) 227-2423. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall 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 Aberdeen Area Indian Health Service, 115 4th Ave SE, Room 309, Federal Building, Aberdeen, South Dakota 57401, no later than 2:00 p.m. on August 24, 2007. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, & your name & address. Offers will also be accepted by fax at (605) 226-7669. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms & 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.
 
Place of Performance
Address: PO Box 1012, Eagle Butte, South Dakota
Zip Code: 57625
Country: UNITED STATES
 
Record
SN01367227-W 20070811/070809220829 (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 |
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.