Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2007 FBO #2086
SOLICITATION NOTICE

Q -- SPEECH AND LANGUAGE PATHOLOGIST

Notice Date
8/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
621340 — Offices of Physical, Occupational and Speech Therapists, and Audiologists
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North PO Box 36600, Billings, MT, 59107, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ-10-07-044-REL
 
Response Due
8/31/2007
 
Archive Date
9/15/2007
 
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) 10-07-044-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 2005-18. The associated North American Industry Classification System code is 621340 and the small business size standard is $6.5 million. PRICE SCHEDULE - SPEECH AND LANGUAGE PATHOLOGIST: BASE YEAR: 24 DAYS @ $__________ per Day = $____________; OPTION YEAR ONE: 24 DAYS @ $__________ per Day = $____________; OPTION YEAR TWO: 24 DAYS @ $__________ per Day = $____________; OPTION YEAR THREE: 24 DAYS @ $__________ per Day = $____________; OPTION YEAR FOUR: 24 DAYS @ $__________ per Day = $____________; GRAND TOTAL: $________________. PURPOSE OF THE CONTRACT: The purpose of this acquisition is to contract for a Speech and Language Pathologist for the Crow Service Unit, PHS Indian Hospital, Crow Agency, Montana and Northern Cheyenne Service Unit, PHS Indian Health Center, Lame Deer, Montana. STATEMENT OF WORK: (1) The contractor will provide direct screening, diagnostic and rehabilitative speech and language services to adults and children at the Crow and Northern Cheyenne Service Units once a month at each Service Unit (24 days per year). The schedule will be coordinated with the Service Units for the most convenient time, day, and location. (2) The contractor is responsible for the selection, provision and interpretation of comprehensive speech and language diagnostic evaluations and screenings. (3) The contractor is responsible for the materials and tests needed to diagnose speech and language disorders as well as information about the communication disorder to the patient and family members. (4) The contractor will be responsible for developing a referral system between the Indian Health Service physicians, clinic staff, Head Start programs, school/educational facilities, and other resources in the community such as tribal, county, state, and federal agencies. (5) The contractor will act as an intermediary between the patients, parents, Service Unit personnel, pediatricians/physicians, Tribal personnel, Billings Area Communication Disorders' personnel, school personnel, county, state, and federal agencies to assure the patient is receiving the most appropriate services. (6) The contractor will provide speech and language services for the specialty clinic Developmental Assessment Clinics and participate as a member of this medical team. (7) The contractor will develop individual and family treatment plans and appropriate intervention. Treatment plans will have best practices outside the therapy setting for family members and other people in contact with the patient. (8) The contractor will properly record speech and language services in the patient's medical record in EHR, as well as reviewing the medical record in EHR to assess speech and language needs and provide the required care. (9) The contractor will provide in-service training to nurses, physicians, Head Start personnel, school personnel and other appropriate staff, all when necessary. (10) The contractor will maintain a current state license in Speech/Language Pathology, as required by continuing educational activities, must have a Master's Degree in Speech/Language Pathology from an accredited college or University, and completed a Clinical Competency Fellowship Year (CFY). (11) The contractor must have experience with pediatrics, traumatic brain injury, stroke/aphasia, effects of methamphetamine and an understanding of the Native American culture. (12) The contractor shall provide the Communication Disorders Program with an invoice after delivery of services each month. PERIOD OF PERFORMANCE: Twelve month period with four 12 month options. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all necessary equipment and supplies. The Crow and Northern Cheyenne Service Units 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: Pursuant to the Federal Information Security Management Act of 2002 (FISMA), the contractor will be required to complete a course in Computer Security Awareness Training (CSAT). This training must be completed annually by all employees including all contractors, volunteers, students, and summer externs. The Contractor will be required to comply with the Federal Information Processing Standards Publication (FIPS PUB) Number 201, "Personal Identity Verification of Federal Employees and Contractors" and the associated Office of Management and Budget (OMB) implementation guidance for personal identity verification for all affected contractor and subcontractor personnel; and complete an Interconnection Security Agreement subsequent to contract award. PERFORMANCE-BASED SERVICE DELIVERY SUMMARY: The contract Speech and Language Pathologist's performance will be measured based on the following Performance Requirements: (1) Quality of Performance; (2) Documentation of Medical Records or EHR; (3) Customer Service; and (4) Adherence to Contract Schedules. The Performance Requirements will be measured against the following Government Performance Standards: (1) Provide direct screening, diagnostic and rehabilitative speech and language services as specified in the Performance Work Statement; (2) Properly record speech and language services in the patient's medical record in EHR, as well as reviewing the medical record in EHR to assess speech and language needs; and (3) Reasonable, cooperative, and a commitment to customer satisfaction; and (4) Scheduling of Services. The Method of Government Surveillance to determine compliance with the Performance Requirements are as follows: (1) Peer Reviews - 10 randomly selected medical record PCC's sent to the project officer or his/her designee by the 10th of each quarter and reviewed by the 20th; (2) Peer Reviews - 10 randomly selected medical record PCC's sent to the project officer or his/her designee by the 10th of each quarter and reviewed by the 20th; (3) Validated call-in patient complaints; and (4) Misses 3 scheduled clinics per contract year. Deduction Schedule: A 5% deduction shall be assigned to each Performance Requirement. Deductions shall be assessed as follows: (1) 5% deduction from quarterly invoices if 10 PCC's are not sent for review and has 25% or more inadequate marks; (2) 5% deduction from quarterly invoices if 10 PCC's are not sent for review and has 25% or more inadequate marks; (3) 5% deduction of 5 or more patient complaints; and (4) 5% deducted from the following months invoice. 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 Contractor's 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 Billings Area Indian Health Service, Communication Disorders Program, 2900 Fourth Avenue North, Billings, Montana 59101. The Contractor agrees to include the following information on each invoice: (1) Contractor's name and address; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service; 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 Service Units. 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. FEDERAL TORTS CLAIMS ACT COVERAGE: The Federal Tort Claims Act coverage for medical related claims is extended to the individual providing speech and language pathology 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) Current, unrestricted State license in Speech/Language Pathology = 35 POINTS. Potential contractors must submit a copy of State license with the price quote; (2) Resume = 35 POINTS. Resume must reflect the completion of a Clinical Competency Fellowship Year (CFY) and experience with pediatrics, traumatic brain injury, stroke/aphasia, effects of methamphetamine, and an understanding of the Native American culture; and (3) 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, 52.249-12, 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://hhs.gov/oamp/dap/hhsar.html. CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST REGISTER WITH THE DEPARTMENT OF DEFENSES 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 August 31, 2007. 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 90 days from the date of receipt by the Government.
 
Record
SN01370009-W 20070813/070811220410 (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.