Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2008 FBO #2336
SOLICITATION NOTICE

Q -- Oncology Peer Review Services - FMC Butner, North Carolina

Notice Date
4/17/2008
 
Notice Type
Modification/Amendment
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex 346 Marine Forces Drive, Grand Prairie, TX, 75051, UNITED STATES
 
ZIP Code
75051
 
Solicitation Number
RFQ10611-0033-07
 
Response Due
4/4/2008
 
Point of Contact
Lori Wehling, Phone: (972) 352-4525, Dennis E. Dempsey, Phone: 972-352-4541
 
E-Mail Address
lwehling@bop.gov, dmdempsey@bop.gov
 
Description
This amendment is issued to extend the deadline for receipt of quotes as detailed below. Additionally, all references to radiology are changed to radiation/oncology. ********************* Request for Quotation 10611-0033-07 is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. ONCOLOGY PEER REVIEW SERVICES General Information- The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas, intends to award a firm-fixed price indefinite-delivery, requirements type contract for the provision of oncology peer review services. Oncology treatment is provided for the inmate population at the Federal Medical Center (FMC) located in Butner, North Carolina. The FMC is part of the Butner Federal Correctional Complex. FMC Butner is an administrative facility that houses male inmates of all security levels. An adjacent satellite prison camp houses minimum security male inmates. General information regarding the Bureau of Prisons (BOP) and its facilities is available at www.bop.gov. Place of Performance- Services will be performed at FMC Butner, Old N. Carolina Hwy 75, Butner, NC, 27509. Scope of Services- The contractor shall provide all necessary personnel and resources to provide for the following: 1- clinical peer reviews, 2 - participate in an adjunctive role with the institutions Tumor Board Committee and Mortality review, and 3- establishment and monitoring of a Quality Assurance and Control Program that evaluates the clinical performance of practitioners in the oncology and radiation/oncology departments at FCC Butner. The following definitions are applicable: Clinical Peer Reviewers are physicians and non-physicians who have education, clinical expertise, equal standing or who are the same or higher ranking in the same specialty as the practitioner. Reviewer must be privileged with a Joint Commission accredited hospital. Peer Review is an independent and impartial evaluation of performance that helps maintain and enhance quality both directly by detecting weaknesses and errors in specific works and performances and indirectly by providing a basis for making decision about rewards and punishments. Tumor Board Committee provides a multi-disciplinary approach to cancer care in terms of diagnosis and management that helps the primary care physician make diagnosis and develop a treatment strategy. Quality Assurance and Control (QAC) Program is the contractors responsibility for the scope of the services regarding clinical peer reviews, Tumor Board Committee and Mortality review participation, and oncology service in general that are rendered at FCC Butner. Contractor must identify in writing deficiencies in the quality of services and implement corrective action before the level of performance becomes unsatisfactory. In addition, the contractor shall develop and administer a quality control oversight plan for FCC Butner oncology and radiation/oncology works and services. Internal clinical peer reviews, tumor boards, and quality assurance and controls are conducted to improve the delivery of healthcare processes through evaluation of patient care, safety and actual clinical performance of practitioners. The establishment of the quality assurance oversight plan and input provided by the contractor shall be honest, unbiased, and professional in nature. Reviews shall be utilized to assist in the determination of quality of patient care provided. Performance Requirements- 1) Clinical Peer Review will be conducted no less than quarterly on physician and non-physician practitioners. The contractor may anticipate conducting four reviews in accordance with clinically recognized community standards and practices. Contractor must provide a written report, accompanied by an oral brief, to the FCC Butner Clinical Director, or their designee within 10 calendar days of the start of the review. 2) Participation in an adjunctive role with the Tumor Board Committee and Mortality reviews will require on-site communication with respective committee and review process. The contractor may anticipate weekly Tumor Board Committee meetings discussing approximately 10 cases. The Mortality reviews approximately 110 cases annually and these scheduled ordinarily when incidents occur. The contractor may anticipate a 10 day notice of a Mortality review. Contractor shall address any questions, or areas of concern relating to the assessments, diagnoses, staging, treatment, patient safety, side effects monitoring, and patient follow-up of medical cases being reviewed. The contractor shall identify, in writing, discrepancies in the medical record documentation of the medical cases or in the quality of care provided. Contractor shall be prepared to discuss during Morality review meetings. Review determinations on all case submitted shall be based on the available information submitted by FCC Butner only. 3) Development and Administration of a quality oversight plan for oncology and radiation/oncology services rendered at FCC Butner. The quality oversight plan shall include, at a minimum: (a) Specific areas to be inspected on either a scheduled or unscheduled basis and the method of inspection. (b) The name(s) and position(s) of the individual(s) responsible for the inspections, their qualifications, and the extent of their authority. (c) Procedures for written and verbal communication with the Government regarding the performance. (d) Specific surveillance techniques for each performance requirements. (e) The oversight plan shall comply with the requirements of the Governments quality management methodology and practices, contain procedures for investigation of complaints by contractor and Government Staff and feedback to the Government on the actions taken to resolve such complaints. Contractor shall maintain a file of all inspections, inspection results, and any corrective actions required, shall be maintained by the contractor through the term of this contract. This file shall be the property of the Government and be made available to the CO upon request. The file shall be turned over to the CO within ten (10) calendar days after completion or termination of the contract. Supplies- In recognition of institution security concerns, the Government will supply materials and equipment for contractors use (i.e. consult room space, and office supplies.) The contractor will ensure that such space and supplies are used only for legitimate program purposes. All records maintained by the contractor under this contract will remain the property of the institution. Method of Performance- The contractor has sole responsibility and discretion for choosing and implementing the manner and method of performing tasks outlined in this solicitation as long as the requirements are met in accordance with the policies described above. These services, although not directly supervised, shall be reviewed by institution medical staff to ensure contract compliance. The contractors performance will be evaluated in accordance with FAR Part 42. Contract monitoring reports will be prepared and maintained in the contract file. Institution Security and Inmate Management- The contractor agrees to adhere to all regulations prescribed by the institutions in regards to the safety, custody, and conduct of inmates. Prior to commencing service under any contract, the contractor will be provided with a security and BOP procedures orientation session, consisting of approximately four (4) hours. Additionally, a refresher orientation must be completed annually. The BOP requires all non-employees to sign in and out of the institution for security reasons. Additionally, the contractor will be required to wear an ID badge, provided by the Government, at all times within the confines of the FMC. CONTRACT PRICING - Contract pricing should include all charges to the Government for performing the services required by this contract (e.g., insurance, overhead, profit, supervision, etc.). The quantity of services to be provided by the Contractor is estimated below and is not a representation to a quoter or contractor that the estimated quantities will be required or ordered or that conditions affecting requirements will be stable or normal. Contract pricing shall be based upon a per session rate and a session is defined as one (1) hour in duration. PRICING METHODOLOGY - Pursuant to FAR 17.203(b), the Governments evaluation of quotes shall be inclusive of options. Pursuant to FAR 17.203(d), the quoter may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. CONTRACT CLAUSES: 52.252-2 -- Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer. 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2007) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.204-4 Printed or copied doubled-sided on recycled paper (AUG 2000) 52.204-9 Personal Identity Verification of Contractor Personnel (SEP 2007) 52.223-5 Pollution Prevention and Right to Know Information (AUG 2003) 52.224-1 Privacy Act Notification (APR 1984) Medical records and patient health information. 52.224-2 Privacy Act (APR 1984) 52.228-5 Insurance - Work on a Government Installation (JAN 1997) Workers compensation or Employers liability: $100,000; and General Liability written on the comprehensive form of policy of at least $500,000 per occurrence for bodily injury. 52.232-18 Availability of Funds (APR 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.237-7 Indemnification and Medical Liability Insurance (JAN 1997) $1,000,000 per specialty per occurrence 52.253-1 Computer Generated Forms (JAN 1991) The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted: 52.216-18 Ordering (OCT 1995) - (a) from the first day of the effective performance period through the last day of the effective performance period 52.216-19 Order Limitations (OCT 1995) - (a) less than one session; (b) (1) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (2) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (3) 30 days; (d) 5 days 52.216-21 Requirements (OCT 1995) - (f) after the last day of the effective performance period 52.217-8 Option to Extend Services (NOV 1999) - prior to expiration of the current performance period 52.217-9 Option to Extend the Term of the Contract (MAR 2000) - on or before the first day of the option period; 60 days; but excluding the exercise of any option under the clause at 52.217-8 which is also incorporated into this contract, shall not exceed five (5) years. 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) - beyond September 30th of the Base year or any option year exercised; beyond September 30th of the Base year or any option year exercised Contracting Officers Technical Representative (JAR 2852.201-70) (a) Joseph Henry, Chief Medical Record Administrator Unsafe Conditions due to the Presence of Hazardous Material (JAR 2852.233-70) Department of Justice (DOJ) Residency Requirement - BOP clause (JUN 2004) DOJ Order 2640-2E, Information Technology Security - BOP clause (JUN 2004) Notice of Personnel Security Requirements (OCT 2005) Security of Personal Data (DEC 2006) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEC 2007)- (b) 1, 7, 15, 16, 18-24, 30, 35. OTHER CONTRACT TERMS AND CONDITIONS: Type of Contract: A resultant contract will be an indefinite delivery/requirements type contract with firm-fixed pricing. It is anticipated that contract award resulting from this solicitation will be made approximately May 1, 2008. Performance Period: The periods of performance of the resulting contract shall be Base Year - Effective Date of Award (EDOA) thru 12 months; Option Year 1 - 13 months from EDOA thru 24 months; Option Year 2 - 25 months from EDOA thru 36 months; Option Year 3 - 37 months from EDOA thru 48 months; Option Year 4 - 49 months from EDOA thru 60 months. The contractor shall commence performance of services under this contract, by submitting required documentation to initiate security clearance, within 14 calendar days from effective date of award of the contract. In accordance with FAR 46.503 and 46.403(a)(6), the place of acceptance for services under this contract is at the destination, FMC Butner located in Butner, North Carolina. Ordering Official: Task orders may be issued only by the Contracting Officer, Administrative Contracting Officer, or an ordering official for the institution with an appropriate certificate of appointment or a delegation of authority for commercial purchase card purchases. Security and Investigative Requirements: The employees of the contractor entering the institution may be required to meet certain security requirements prior to entering the institution. Primary concerns are the amount of contact that may occur between the contractor and his/her employees with the inmate population during the performance of the contract. Contractor employees are allowed access to the institution at the sole discretion of the Warden of the institution. The program manager at FMC Butner is responsible for conducting the appropriate law enforcement check on all contractor staff that may need access inside the prison facility. The following investigative procedures may be performed: 1). National Crime Information Center (NCIC) check; 2). DOJ-99 (Name Check); 3). FD-258 (fingerprint check); 4). Law Enforcement Agency checks; 5). Vouchering of Employers; 6). Resume/Personal Qualifications; 7). OPM-329-A (Authority for Release of Information); 8). National Agency Check and Inquiries (NACI) check (if applicable); and 9). Urinalysis Test (for the detection of marijuana and other drug usage) By submitting a quote for service, the contractor and its employees agree to complete the required documents and undergo the listed procedure. Contractors are hereby notified that the security clearance process can take up to 60 days to complete. An individual who does not pass the security clearance will be unable to enter the BOP facility. Any individual employed by the contractor who is deemed not suitable by the BOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. Finally, the contractor shall be in compliance with 8 CFR 274a regarding employment of aliens. Any contract resulting from this solicitation is subject to the policies and requirements stipulated in FAR 37.401 regarding procurement of nonpersonal healthcare services. Additionally, award of a nonpersonal service contract does not constitute an employer/employee relationship. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23. SOLICITATION PROVISIONS: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov 52.212-1 Instructions to Offerors - Commercial Items (NOV 2007) tailored to delete paragraphs at c, d, h, and I as they have been determined to be non-applicable to this solicitation. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. 52.212-3 Offeror Representations and Certifications - Commercial Items (NOV 2007) 52.217-5 Evaluation of Options (JUL 1990) 52.233-2 Service of Protest (SEP 2006) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5006, Washington, D.C. 20534 52.237-1 Site Visit (APR 1984) Protests Filed Directly with the Department of Justice (JAR 2852.233-70) Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. EVALUATION OF QUOTES- The Government will extend an offer of contract award resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical Expertise, Past Performance, and Price. Technical expertise and past performance, when combined, are significantly more important than price. TECHNICAL EXPERTISE is further defined as professional experience, personnel qualifications, and management approach. Quotes shall address these areas as described below: Professional Experience- Quoters must describe providers previous work in the field of medical or radiation oncology and experience performing work similar work described in this solicitation. Personnel Qualifications- Quoters must demonstrate the ability to provide qualified personnel to complete all phases of the work stated in this solicitation. The contractor must also present a management plan that indicates availability of personnel and recruitment/retention capabilities. Personnel providing services shall maintain current medical licensure throughout the duration of any subsequent contract. Management Approach- Quoters must develop a plan showing an understanding of the tasks to be performed and a commitment to the required schedule with insight into contractors plans to ensure contract success. The contractor must provide assurance that medical case reviews and interaction with the Tumor Board Committee shall address any areas of concern that may be related to the appropriateness and quality of care provided, to include services described in the statement of work. The contractor must also provide assurance that all case reviews, internal clinical peer review, interaction with Tumor Board Committee, and QAC services are performed on the same day. The contractor must provide assurance that all services rendered under a resultant contract are considered confidential and privileged pursuant to governing statutes and regulations. Finally, the contractor must provide assurance that the key personnel originally identified to conduct services under a resultant contract will not be replaced without submitting a comparable candidate provider for approval and acceptance by the Government. PAST PERFORMANCE- In order to adequately evaluate past performance, quoters should provide a list of at least three professional references for work similar in scope to that of the FMC Butner requirement. Include the following for each: Customer Name, Address, Phone, Fax, Email address; Contract Number; Contact Person; Brief description of contract scope; Contract Amount; and Contract Status (Active or Complete). Additionally, quoters shall provide medical or radiation oncology peer review sample reports from a minimum of six medical or radiation oncology QAC services conducted within the past twelve months. PRICE- Quotes should include pricing for each contract performance period and clearly identify the price for the Base Year, Option 1, Option 2, Option 3, and Option 4. Estimated annual quantities for each Contract Line Item Number (CLIN) and example formats for price quotes are described below: CLIN 001 - Clinical Peer Reviews Base Year: Estimated 64 reports x $ __________ per report = $ ____________ CLIN 002 - Participation in Tumor Board Committee and Mortality Review meetings. (Pricing shall be quoted per session which is defined as one hour in duration.) Base Year: Estimated 96 sessions x $ __________ per session = $ ____________ CLIN 003 - Establishment and monitoring of a Quality Assurance and Control (QAC) Program. (Pricing shall be quoted per month.) Base Year: Estimated 12 months x $ __________ per month = $ ____________ Freedom of Information Act Notice- Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. SUBMISSION OF QUOTATIONS: On letterhead or business stationary, the following information is required: 1) Vendor DUNS Number 2) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov. 3) Documentation of Qualification: Quotes must include photocopies of each document evidencing compliance with the minimum qualification requirements stated in this solicitation. Quoters must specifically identify the provider(s) that will perform service under any subsequent contract award. The contractor must provide proof that their candidate(s) meet all qualifications at the time the quote is submitted. 4) Documentation with sufficient detail to evaluate quote for Technical Expertise, Past Performance, and Price as described above. 5) Evidence of insurability concerning medical liability insurance requirement. 6) Point of Contact information for financial reference. Quoters should also provide contact information for a financial reference to include Bank Name, Address, Phone, and Contact Person. Financial references such as banking institutions generally require your authorization for release of information. If your reference will require a release- provide an authorizing statement with your quote submittal. Quotes must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051 no later than 2:00pm local time on Friday, May 2, 2008. Written quotes will be accepted by mail or hand-carried delivery. Mailed or Hand-carried Quotes must be delivered to the attention of Lori Wehling, Contract Specialist at the address shown. The official point of receipt for hand-carried quotes will be at the first floor reception area of the address listed above. Please give written advanced notice to Contracting Officer prior to hand-carrying quotes to accommodate access to secured base. Any questions regarding this requirement may be directed in writing to Lori Wehling, Contract Specialist at the email address listed below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2eb0eea94302edaddffce456faa7f017&tab=core&_cview=1)
 
Place of Performance
Address: Federal Medical Center Butner, Old N. Carolina Hwy 75, Butner, North Carolina
Zip Code: 27509
 
Record
SN01555836-W 20080419/080417215522-2eb0eea94302edaddffce456faa7f017 (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.