Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2009 FBO #2754
SOLICITATION NOTICE

R -- CLINICAL INFORMATICS SPECIALIST - FAR provision 52.212-3

Notice Date
6/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-09-032-REL
 
Archive Date
7/9/2009
 
Point of Contact
Rita E Langager, Phone: 406.247.7293
 
E-Mail Address
rita.langager@ihs.gov
(rita.langager@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Federal Acquisition Regulation (FAR) provision 52.212-3, Offeror Representations and Certifications - Commercial Items (FEB 2009) that must be completed and submitted with the offer. 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 FAR Subpart 37.112), and FAR Subpart 37.6, Performance-Based Contracting. 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)-10-09-032-REL. The solicitation is restricted to 100% Small Business concerns. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. The associated North American Industry Classification System code is 541611 and the small business size standard is $7.0 million. PRICE SCHEDULE - CLINICAL INFORMATICS SPECIALIST: Potential contractors shall propose an all inclusive hourly rate for the BASE YEAR: 2080 HOURS @ $____________________ per HR = $____________________. PURPOSE OF THE CONTRACT: The purpose of this contract is to acquire the services of a Clinical Informatics Specialist for the Crow Service Unit, PHS Indian Hospital, Crow Agency, Montana. This position is needed to improve the clinical flow at the facility. WORK SCHEDULE: 8:00 a.m. to 5:00 p.m., Monday through Friday. Call back may be required in an urgent situation. PERFORMANCE WORK STATEMENT: Under the direction of the Chief Executive Officer at the Crow Service Unit, the Medical Informatics Specialist will perform a variety of medical informatics related activities that support the clinical information systems at the Crow Service Unit. The contractor will be a key player in the design and development activities for the Crow Service Unit applications; i.e., the Electronic Health Record; Resource Patient Management System; and a variety of clinical applications. The contractor will be responsible for elucidating requirements, defining specifications, collaborating on design and prototyping key components and extensions of the Crow Service Unit electronic medical record and patient portal applications. The contractor will also generate ideas for and carry out clinical outcome measures, development projects, and system evaluations that will help determine the future of the clinical systems at the Crow Service Unit. The contractor will work in collaboration with the IT team, Supervisory Medical Officer, Chairman of the Medical Staff, Director of Nursing, Supervisory Health Specialist; and others to accomplish a broad range of medical informatics requirements to support clinical functions and outcomes. The Crow Service Unit agrees to provide the contractor with the following: (a) Office space including a computer, supplies and telephone; (b) Clerical support; (c) Travel costs and any other transportation expenses in accordance with the Federal Travel Regulations (41 CFR Chapter 300 through 304); and (d) General Services Administration (GSA) vehicle for official purposes only. The Contractor will be required to provide evidence of motor vehicle liability insurance covering bodily injury and property damage to protect the Contractor and the Government against third-party claims arising from the operation of all GSA vehicles used in connection with the contract. The Contractor shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The Contractor shall comply with the requirements of FAR Subpart 51.2, 41 CFR 101-39, 41 CFR 102-34, and the operator's packet furnished with each vehicle. PRINCIPAL DUTIES AND RESPONSIBILITIES: The contractor will establish the measurement, analysis, and knowledge management program. The contractor will examine the organization to select, gather, and analyze information to better organize and improve data, information, knowledge assets for integrity and management. The contractor will design structures and processes to effectively and efficiently manage and access clinical information and data. The contractor will also provide subject matter expert guidance on appropriate information technology, systems, and programs that support robust clinical information systems; i.e., value added to improve clinical and operational performance. Participate in the creation of the clinical systems vision for an achievable clinical quality improvement program at the Crow Service Unit. Work with users, customers and the Billings Area IHS in order to develop a deep understanding of workflow of the Crow Service Unit. Work with the Supervisory Medical Officer and other senior administrative leaders at the Crow Service Unit to ensure that the clinical systems are optimally improving health care quality and efficiency. Work to assure that the clinical information management of the patients is met by gaining feedback, input, and guidance from clinicians that care and treat the patients. Ability to organize and lead teams, including interdisciplinary groups of clinicians / non-clinicians and teams that include representatives from different operating units. Understand database protocols to support the development of clinical program measures that capitalize on longitudinal database. Specify business requirements and collaborate on functional specifications. Collaborate with the design and usability team to develop an efficient, workable project. Participate in meetings at the Crow Service Unit whereby new ideas are generated and projects are executed that point the direction for the future of clinical systems at the Crow Service Unit and the Billings Area; such projects may demonstrate advanced clinical computing concepts. Perform research to evaluate the impact of clinical information systems; present these findings as appropriate. Represent the Crow Service Unit at regional meetings that may set trends for clinical systems. Participate in or lead meetings, especially where deep knowledge of clinical issues or complex decision support issues is involved. Stay current with external factors that might influence the product including legal and regulatory issues and requirements, informatics standards, innovative developments, competitive products through seminars, workshops and professional affiliation. Familiar with and participates in quality improvement initiatives and programs. Familiar with and participates in the development and implementation of performance measurement systems. QUALIFICATIONS REQUIRED BY THE CONTRACT: Must hold a baccalaureate degree from an accredited School of Nursing. Training in Medical Informatics, preferably through Fellowship training, advanced degree program, or comparable experience, that provides expertise in clinical systems design, informatics standards, and clinical information management. Minimum of five years experience in acute care clinical setting. Experience in RPMS - Electronic Health Record. Evidence of contribution to the field of Informatics through project design/deployment, application development, implementation, or presentations. Proficiency in information management technology and software development as it relates to informatics and research therein. Demonstrate ability to work effectively, comfortably and collaboratively with clinicians / administrative staff at all levels in a health care organization. SKILLS/ABILITIES/COMPETENCIES REQUIRED: Excellent interpersonal, communications, writing, and presentation skills. Must be a self starter who is comfortable operating independently and helping to develop the role as its success factors. Knowledge of healthcare software and its use in a variety of medical settings. Ability to work with clinicians to design systems that facilitate the delivery of care. Ability to develop consensus among diverse groups of people with varying interests. Ability to understand the mission of the Indian Health Service and how Medical Informatics can improve the clinical process. Ability to evaluate effect of IT interventions on process and outcomes of care. Demonstrate good judgment in conveying a positive impression for the hospital. Adhere to hospital and department dress code standards, appearance must be neat and clean. Goal directed, positive, with optimistic outlook. Strong service orientation and quality and safe patient care focus. GUIDELINES: Works under the direction of the Service Unit by-laws. COMPLEXITY: This position involves a variety of complex functions including setting priorities and making critical decisions. SCOPE AND EFFECT: The contractor will establish the measurement, analysis, and knowledge management program. The contractor will examine the organization to select, gather, and analyze information to better organize and improve data, information, knowledge assets for integrity and management. The contractor will design structures and processes to effectively manage and access information and data. The contractor will also provide subject matter expert guidance on appropriate information technology, systems, and programs that support robust clinical information systems; i.e., value added to improve clinical and operational performance. PERSONAL CONTACTS: Work with users, customers and the Billings Area Indian Health Service in order to develop an understanding of workflow of the Crow Service Unit. Work with the Chief Medical Officer, Clinical Director and other senior administrative leaders at the Crow Service Unit to ensure that the clinical systems are optimally improving health care quality and efficiency. Work to assure that the clinical information management of the patients is met by gaining feedback, input, and guidance from clinicians that care and treat the patients. PURPOSE OF CONTACTS: Collaborate with the design and usability team to develop an efficient, workable product. PHYSICAL DEMANDS: Position will involve some periods of sitting and light lifting. WORK ENVIRONMENT: Work will be performed in a clinical office setting. PERFORMANCE-BASED SERVICE DELIVERY SUMMARY: The contractor's performance will be measured based on the following Performance Requirements: (1) Quality of Performance; (2) Timeliness of Assignments; and (3) Customer Service. The Performance Requirements will be measured against the following Government Performance Standards: (1) Provide Consultant Services as specified in the Performance Work Statement; (2) Assignments must be completed by the deadline dates established by the Project Officer; and (3) 5 or more customer complaints. The Method of Government Surveillance to determine compliance with the Performance Requirements are as follows: (1) Reviews (i.e., written evaluations) and periodic conferences between the contractor and project officer; (2) Random Sampling by the project officer or her designee; and (3) Validated Complaints. Deduction Schedule: A 5% deduction shall be assigned to each Performance Requirement. Deductions shall be assessed against individual invoices when services are not performed or do not meet contract requirements. PERIOD OF PERFORMANCE: The performance of this contract shall be from August 1, 2009, through July 31, 2010. 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. 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. 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 Project Officer. 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) Dates of Service including the number of hours worked and total amount due; and (5) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. 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 Acting Administrative Officer at the Crow Service Unit. 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) Knowledge of healthcare software and its use in a variety of medical settings = 10 POINTS; (2) Ability to work with clinicians to design systems that facilitate the delivery of care = 10 POINTS; (3) Ability to understand the mission of the Indian Health Service and how Medical Informatics can improve the clinical process = 10 POINTS: (4) Baccalaureate degree from an accredited School of Nursing or other field of Medical Science = 10 POINTS: (5) Training in Medical Informatics, through Fellowship training, advanced degree program, or comparable experience, that provides expertise in clinical systems design, informatics standards, and clinical information management = 10 POINTS; (6) Experience with RPMS - Electronic Health Record = 10 POINTS: (7) Evidence of contribution to the field of Informatics through project design/deployment, application development, implementation, or presentations = 10 POINTS; (8) Proficiency in information management technology, and software development as it relates to Informatics and research = 10 POINTS; and (9) Past Performance Information = 20 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 two 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; and (8) Administrative Contracting Officer and telephone number, if applicable. Technical and past performance, when combined, are 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, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.227-14, 52.227-17, 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, 52.251-1, 52.251-2, 352.202-1, 352-215-1, 352.215-70, 352.223-70, 352.224-70, 352.232-9, 352.270-2, 352.270-3, 352.270-4, 352.270-6, 352.270-7, 352.270-10, 352.270-11, 352.270-12, 352.270-13, 352.270-16, 352.270-17, 352.270-18, and 352.270-19. 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, 52.219-28, 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/oamp/policies/hssar.doc. 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 June 24, 2009. 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 Rita.Langager@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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-09-032-REL/listing.html)
 
Record
SN01839353-W 20090611/090609234744-2db01f78235dfdf16e0ba3834586a54b (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.