Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2009 FBO #2902
SOLICITATION NOTICE

R -- CHS Technician Services - Wage Determination - SF 1449

Notice Date
11/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
 
ZIP Code
73114
 
Solicitation Number
246-10-Q-0005
 
Point of Contact
Jennifer Farris, Phone: 405-951-3893
 
E-Mail Address
jennifer.farris@ihs.gov
(jennifer.farris@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This form is to be used to submit the quoted price wage determination This 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. The solicitation is issued as Request for Quotes (RFQ) # 246-10-Q-0005. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37, effective 10/14/2009. This procurement is a 100% Small Business Buy Indian set-aside under NAICS code 561110 with a standard business size of $7.0M. Contractor shall provide a firm, fixed-price hourly rate (all inclusive) for 2080 hours, December 1, 2009 to November 30, 2010, or one year from date of award. This acquisition may be subject to the Service Contract Act (SCA). Wage Determination No. 2005-2431, Revision No. 10 is attached. The quote may be submitted on the attached SF 1449. DESCRIPTION OF REQUIREMENTS: The Health System Specialist is the basic entrance and training level for this position. The position provides support to the Director, Contract Health Services and Shawnee Service Unit Management by coordinating the operation of the Contract Health Service, Fiscal Intermediary, Medicare/Medicaid, Appeals, Third Party Reimbursement Programs and alternate resource system. The place of performance is in Oklahoma City, Oklahoma. Major Duties and Responsibilities A. Contract Health Services: 1. Receives training and provides support regarding the operational policies, procedures and objectives of the Contract Health Service Program/Contracting Department and applies these policies and procedures in maintaining contracts for the Contract Health Service Program. Develops and maintains a provider database of contracted health care providers. 2. Provides assistance in the application of (a) requests for contracts and letters of agreements with hospitals, physicians, ancillary services and other health care providers; (b) analysis of provider database for contract development and maintenance (c) coordinates with the Contract Health Service fiscal intermediary on expired contracts with pended claims (f) CHS data systems maintenance (CHS/MIS) and data utilization in program operation and B. Operations: 1. Processes medical and dental provider agreements for the Medicare like rate. Agreements include but are not limited to contracts, letters of agreements and blanket purchase orders. 2. Collects and maintains provider credentials including current licensure, liability insurance and Central Contracting Registry registration. 3. Assists with special projects to maintain up to date database of providers with appropriate Dun & Bradstreet Number System (DUNS) and Central Contracting Register (CCR) as required by the Federal Acquisition Register (FAR). 4. Provides ongoing communication with Contract Health Service administration, CHS field staff and providers on contract/agreement status. 5. Performs other related duties as assigned. Knowledge Required by the Position: Knowledge of the program operations and basic tenets of organization including performance monitoring and reporting; review of operations and comparison to performance requirements and identification and resolution of problems. Knowledge of organization structures how they interrelate in the delivery of services in order to coordinate and integrate the Contract Health Service and direct care services and assure continuity of health care services. Must be able to interpret program performance requirements and perform analyses of multiple information and data sites. Knowledge of requirements for application of regulatory requirements in program operations; ability to assess operational needs and timelines for conduct of multiple tasks; ability to assess tasks for claims processing and the ability to analyze financial interdependence of CHS program sites, the IHS accounting system and the CHS Fiscal Intermediary Ability to interpret various federal regulations, policies and procedures to operate the program effectively and efficiently. Evaluation Criteria Technical as well as price will be a deciding factor for award of a purchase order. Measurement of possession of the Knowledge, Skills and Abilities (KSA's) will be accomplished through review of the resume; narrative statement related to the KSA's, employment interview and reference check results. An employment interview will be required for the top technical offeror or may be conducted with all quoters. WE WILL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THESE EVALUATION CRITERIA. PLEASE SUBMIT THE FOLLOWING: A. Provide a resume; B. Provide a narrative statement, which fully describes all aspects of your background as they relate to the KSA's outlined below: 1. Skill in the use of office automation software and equipment; 2. Ability to file, organize and retrieve Indian Health Service Contract Health Service information. 3. Ability to communicate both orally and in writing with a variety of individuals to obtain and relay information as it relates to Indian Health Service Contract Health Services; C. Provide 3 letters of reference from past supervisors (phone number and/or address must be current) D. Ability to type 40 wpm. Acceptable Typing Performance Test Results, not more than three years old and in the form of a copy of an Office of Personnel Management Notice of Rating or test certification from any State Employment Office, or Business or Vocation School, American Indian Education Training and Employment Center. Test results without date, signature of official administering test, typing speed, and number of errors cannot be considered, which will result in an ineligible rating. E. Provide a copy of your Buy Indian Certification, Certificate Degree of Indian Blood (CDIB), or Tribal Membership Identification. F. Must be registered in the Central Contractor Registration (CCR) database. CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. The provisions of 52.212-1, Instructions to Offerors-Commercial Items (June 2008), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide the following: (1) resume (2) narrative statement (3) three past performance references to include the contact name and phone number, contract number, company name, brief description of project; (4) Dun and Bradstreet Number (note: Contractors must be registered in the Central Contractor Registration to be eligible for award. This can be done at http://www.ccr.gov) (5) Typing certification (6) Buy Indian Certification, CDIB, or Tribal Membership Identification. The provisions of 52.212-2, Evaluation - Commercial Items (Jan 1999) applies to this acquisition. The Government intends to award one purchase order resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. Companies or individual vendors may submit an offer. The following factors shall be used to evaluate quotes: (1) Price; (2) Qualifications; (3) Past Performance and (4) Buy Indian Certification, CDIB or Tribal Membership Identification. All factors are equal in importance. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) or indicate certifications in ORCA at https://orca.bpn.gov/. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Sept 2009) applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 Central Contractor Registration (Apr 2008); 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007); 52.219-6 Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.223-6 Drug-free Workplace (May 2001); 52.224-1 Privacy Act Notification (Apr 1984); 52.224-2 Privacy Act (Apr 1984); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004); 52.237-1 Site Visit (Apr 1984); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); 52.243-1 Changes-Fixed Price Alternative I (Apr 1984); 352.224-70 Confidentiality of Information (January 2006); 352.270-2 Indian Preference (Apr 1984); 352.270-11 Privacy Act (Jan 2006); 352.270-13 Tobacco-free Facilities (Jan 2006). Quotes are due by 4:30 pm CST, November 20, 2009, and must be delivered via Federal Express or UPS to the Indian Health Service, Division of Acquisition Management, 701 Market Drive, Suite 242A, Oklahoma City, OK 73114, Attn: Jennifer Farris. Questions concerning this solicitation may be addressed to Jennifer Farris at 405-951-3893. Contracting Office Address: 701 Market Drive, Suite 242A, Oklahoma City, OK 73114. Place of Performance: Oklahoma City Area Office Oklahoma City, OK 73114 United States Primary Point of Contact: Jennifer Farris, Contract Specialist, jennifer.farris@ihs.gov Phone: (405) 951-3893 Fax: (405) 951-3771.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-10-Q-0005/listing.html)
 
Place of Performance
Address: 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
Zip Code: 73114
 
Record
SN01996544-W 20091104/091102235254-48bcc86fa4cd8f0e04781d549b915753 (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.