Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2011 FBO #3605
SOLICITATION NOTICE

Q -- Dental Services at Spirit Lake Health Center in Ft. Totten, North Dakota - Ethics Policies - Clauses - Business Associates Agreement - Contractor Inserts

Notice Date
10/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621210 — Offices of Dentists
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
 
ZIP Code
57401
 
Solicitation Number
RFQ-12-021
 
Archive Date
11/1/2011
 
Point of Contact
Robyn K. LeCompte, Phone: 6052267239, Nichole R. Archambeau, Phone: 6052267567
 
E-Mail Address
robyn.lecompte@ihs.gov, nichole.archambeau@ihs.gov
(robyn.lecompte@ihs.gov, nichole.archambeau@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Contractor Inserts Business Associates Agreement Clauses Incorporated by Reference and in Full Text Ethics Policies 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 Programs 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 Subpart 37.4, Non-personal Health Care Services (10 U.S.C. 2304 and 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 requirements-type contract in response to Request for Quotation (RFQ) 12-021, for Dental services for the Spirit Lake Health Center in Ft. Totten, North Dakota. The solicitation is issued as "100% small business set aside". The solicitation documents & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industry Classification System code is 621210 and the small business size standard is $7.0 million. BID SCHEDULE: DENTAL SERVICES: the quoted "unit price" must be an all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state and local taxes) plus all other costs pertinent to the performance of this purchase order. Please complete the following pricing schedule utilizing your most competitive and reasonable rates which the IHS will use to the "Best Value" to the government. 1. Period of Performance (11/01/2011 through 10/31/ 2012) Dental services: tiny_mce_marker_____________ per hour BASIS FOR AWARD: Quoters are advised that, in addition to price the Government will take into consideration the following factors in additions to technical criteria factors in determining the successful contractor. All required information must be submitted in order to be considered responsive and eligible for award. 1. Past Performance a. The Government reserves the right to conduct their own investigation other than the contractors provided list. 2. Ability to meet performance schedule. 3. Ability to meet the requirements and qualifications in the statement of work. 4. Reasonableness of price. 5. Responsiveness to requirements. 6. Contractor must be registered with the Central Contractors Registration. The website to register is: www.ccr.gov/ 7. Complete and sign SF 18 - Request for Quotations 8. Resume stating qualifications and meeting the requirements of the statement of work. 9. Minimum of three (3) references of similar work in the last three (3) years. Include address and phone numbers. 10. List of pervious contracts (if applicable) 11. Complete and sign Licensure Requirement (if applicable). 12. Complete and sign Agreement to a temporary provisional of character investigations (for government contractors only). 13. Complete and sign the Declaration for Federal Employment - Optional Form 306. 14. Complete and Sign Addendum to Declaration for Federal Employment (OF306) 15. Complete Tax payer Identification. 16. Complete Annual Representations & Certifications. https://orca.bpn.gov/ 17. Complete Small Business Program Representations. 18. Copy of malpractice insurance coverage (Certificate of Insurance) 19. Technical Evaluation Factors - Your response need not be more than five pages in length and attachments should be kept to a minimum. a. Possesses the technical knowledge and skills to diagnose and treat odontogenic infections. This should include ability to perform routine and complicated exodontia. b.Ability to co-manage patients with other dental providers in order to maximize the quality of patient care. c. Proficient in providing comprehensive pediatric dentistry including stainless steel crowns, pulpotomies and extractions. Ability to manage uncooperative behavior without the use of sedation. d. Knowledge of systemic diseases and their impact on oral health. This should include treatment modifications required for patients with complex medical histories. STATEMENT OF WORK Purpose of Contract: The mission of the Spirit Lake Health Center in Ft. Totten, North Dakota is to provide the best possible health care services to the Native American population on the Spirit Lake Nation. To meet the mission, the Spirit Lake Health Center facility requires a trained Dentist to support and assist in temporary duties assigned at the clinic. Individuals providing services under contract, which involve regular contact with, or control over, Indian children, are subject to a character investigation in accordance with "Indian child protection and family violence prevention act" P.L. 101-630. The 1ndian health service personnel office will conduct these investigations following award of a contract unless in the judgment of the contracting officer, in consultation with the personnel officer, investigation may be waived based on prior investigations on file. Until the Character Investigation has been completed and the contracting officer notified, such individual should not have unsupervised. contact with Indian children. The contracting officer has the authority to temporarily wave the character investigation of a contractor. The" Agreement to a Temporary Waiver of Character Investigation" authorizes an agency to hire a contractor prior to the completion of a background check provided that at all times the contractor is within the sight and under the supervision of a government employee who has successfully completed the national agency check with written inquires (NACI) Contractor wi1l be covered under the Federal Tort Claims Act. A 1946 Act, 28 U.S.C. 1346(b), 2401, 2671- 2672,2674-2680. permitting persons injured by negligent conduct of the govemmen1 to sue for damages in U.S. District Courts. Prior to the suit 28 U.S.C. 2675 (a) requires that the injured person file for administrative relief with the agency involved. Thereafter, if relief is not granted, suit in court is permitted. The need for services is expected to remain constant during the term of the contract period. Therefore, the contractor shall maintain the continuity of services to the maximum extent possible. Each contract resulting from this solicitation shall: (A) Be a fixed-price personal health care services contract under which the contractor is subject to supervision and direction of a designated government officer. (B) Allow the government to evaluate the quality of professional and administrative services provided, but retain no control over the medical, professional aspects of the services rendered (e.g. Professional judgments, diagnosis for specific medical treatments); (C) Require the contractor to ensure that its subcontracts for provision of health care services contain the requirements of the clause a far 52.237-7 (section i-4), including the maintenance of medical liability insurance. CONTRACTOR FURNISHED PROPERTY: The Indian health service does not anticipate a need for contractor furnished equipment. GOVERNMENT FURNISHED PROPERTY, FACILITIES, AND SERVICES: The contract dentist will be authorized to use all areas of the medical treatment facility available to civil service and commissioned personnel in similar positions. The same restrictions apply to the contractor dentist and any other Indian health service personnel to use areas for official business activities only. Each dentist shall be provided with an orientation to the service unit and the Indian community being served. Clinical personnel shall provide the orientation. The clinic shall provide all equipment and medical supplies deemed necessary to provide medical care at the clinic with the exception of those items to be supplied by the contractor as listed. The clinic shall provide all required blank government forms applicable to the Indian health service. Clinical personnel will also provide appropriate orientation to the necessity of such forms. The clinic shall provide an ongoing method of monitoring and evaluation of the quality of services performed before the level of performance becomes unacceptable. Contractor will be under the direct supervision of the Chief Dental Officer or designated representative. STATEMENT OF WORK: The contractor shall furnish Dental services for the Dental Dept. At the Spirit Lake Health Center in Ft. Totten, North Dakota. The contractor shall perform services compatible with the medical facilities operating capacity and equipment. The contractor shall provide services for Indian Health service beneficiaries served by the clinic. Contract performance shall be according to the requirements contained in this statement of work. The Chief Dental Officer or designated representative will be the direct supervisor for the contractor. The contractor shall advise his/her immediate supervisor or representative of any problem encountered, or which may be encountered, in connection with meeting the needs of patients served by the dental dept. The contractor shall report continuing problems of any nature to the I.H.S. Project office officer. RESPONSIBILITIES: The Contract Dentist shall provide emergency and routine general Dental Services for eligible patients (children, adults and elderly) at the Spirit Lake Health Dental Center. The Chief Dental Officer will monitor contractor activity. Specific Dental services shall include. but are limited to the following: 1. Diagnostic/examination, screening, initial and periodic. 2. Prophylaxis, including hand scaling, use of ultrasonic instrumentation. 3. Emergency care-diagnosis and treatment. 4. Treatment of oral infections. 5. Preventive services-sealant, fluoride, OHI, 6. Restorative-simple and complex 7. Endodontic-anterior and posterior 8. Periodontal Diagnosis, treatment, surgery and chemical treatments. 9. Oral surgery-simple and surgical extractions of erupted teeth, partial impactions, soft tissue and biopsy. 10. Pediatric dentistry-pulpotomies, pulpectomies, stainless steel crowns. 11. Crown and bridge-single and multiple units. 12. Removable prosthetics. 13. Radiographic interpretation-periapical, bitewing, panorex, occlusal, extraoral soft tissue. 14. Adjunctive general services (i.e.; x-rays. Fluoride treatment, ect.) 15. Consultation with medical staff as needed. 16. Charting in patient dental/medical records-health history, exam, dental progress, referral forms. 17. Notes and PCC (IHS 803). 18. Limited dental laboratory procedures. ] 9. Limited oral medication to treat dental anxiety. SPECIFIC DENTAL SERVICES NOT INCLUDED, BUT ARE NOT LIMITED TO: 1. Orthodontics 2. General anesthesia Quality Assurance: Contractor will be evaluated at regular intervals to assure that work products and processes are meeting quality requirements. Contractor shall meet all applicable Joint Commission on Accreditation of Healthcare Organizations and/or CMS standards and comply with all IHS infection control and safety procedures, practices, and standards. REPORTING REQUIREMENTS: A detailed weekly invoice must be submitted to the Property & Supply clerk or designee with proper signature authority no later than 12:00 pm on Monday of the following workweek completed. Contractor wil1 maintain a log of invoices and balance of remaining contract dollars. Project Officer/Chief Dental Officer or designated representative shall monitor the Contractor's technical/post progress and promptly inform the Contracting Officer of any problems or potential problems they encounter. The government reserves the right to accept or reject services if the level of work is unsatisfactory. QUALIFICATIONS: 1. Graduate of an accredited dental school in the United States. 2. Must hold a current and unrestricted dental license from any of the United States. 3. Must apply to and be accepted as a temporary member of medical staff. 4. Must apply for and have approved appropriate dental privileges by medical staff. 5. Must possess current basic life support (BLS) certificate. 6. Must possess documentation of continuing dental education. Character Investigation for Contractors Who Will Have Contact With Indian Children: This is a Non-Personal Service Contract and therefore the contractor is required to fill out a background packet. Federal Tort Claims Liability: This is a Non-Personal Service Contract and therefore this contractor will NOT be covered under the Federal Tort Claims Act. Compliance with IHS Rules and Regulations: The contractor will be required to follow all IHS Rules and Regulations and guidelines. The contractor will conduct themselves in a professional manner at all times. PERIOD OF PERFORMANCE: The Contracting Dentist will provide service at the Spirit Lake Health Center, Ft. Totten, North Dakota. These services will be provided from November 1, 2011 through October 31, 2012. Duty hours are eight (&) hours per day 8:00 am to 4:30 pm Monday through Friday with a 1/2 hour lunch break. Contractor shall work approximately 2 to 3 days a week to be scheduled by Chief Dental Officer or designee. The Chief Dental Officer or designated representative may extend day schedule of work requires. Overtime hours are only to be used when absolutely necessary and approved by the project officer. Scheduled days will exclude recognized federal holidays; October 10 -Columbus Day November 11 - Veterans Day November 24 - Thanksgiving Day December 25 - Christmas Day January 1 - New Years Day January 17 - M.L. King Day February 21 - Presidents' Day May 30 - Memorial Day July 4 - Independence Day September 5 - Labor Day This contract will terminate when period of performance expires or if funds availability imposes constraints. 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. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its original invoice to the Aberdeen Area Indian Health Service, Financial Management branch, 115 4th Avenue SE, Aberdeen SD 57401. The Contractor agrees to include the following information on each invoice. (1) Contractors name, address; (2) Contract Number (entire contract number must be included); (3) Invoice number and date; (4) Cost or price; (5) Dates of Service including the number of hours worked; and (6) Remit to address. The Aberdeen Area Financial Management Branch, 115 4th Avenue SE, Aberdeen, SD 57401, shall make payment. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including below. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). Quotes shall be submitted on company letterhead stationery. Signed and dated. And it shall include: 1. Solicitation number 2. Closing Date: October 17, 2011 at 12:00 pm CST 3. Name, address and telephone number of company and email address of contact person. 4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. This may include product literature, or other documents, if necessary 5. Terms of any express warranty 6. Price and any discount terms 7. "Remit to" address, if different from mailing address. 8. A completed copy of the representations and certifications at FAR 52.212-3 or a copy of the contractor's Online Representations and Certifications Application (ORCA). 9. Acknowledgment of Solicitation Amendments (if any issued) 10. Past performance information, when included as a "best value" factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). FAR 52.212-2, Evaluation-Commercial Items (January 1999). The provision at 52.212-2 applies to this acquisition and is provided in full text. (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 Indian Health Service will make a separate determination of price reasonableness. The primary consideration in evaluating this criterion is which offeror can perform the service in a manner most advantageous to the government. Under best value principles, there is no requirement that a purchase order be awarded on the basis of lowest proposed cost. The award primarily on the basis of estimated costs may encourage the submission of unrealistically low estimates and increase the likelihood of cost overruns. Estimated costs must be reasonable for the services to be performed. If consideration is narrowed to choosing among quotes with approximately equal technical criteria as determined by the technical evaluation, cost information can become the determining criteria. (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 options(s). FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2011). See attachment for full text and instructions for completion. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (June 2010), applies to this acquisition and is incorporated by reference. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011). See attachment for full text. In addition, Contractors shall provide the following: 1. Complete and sign Licensure Requirement; provide a copy of current license. 2. Complete and sign Agreement to a temporary provisional of character investigations (for government contractors only). 3. Complete and sign the Declaration for Federal Employment - Optional Form 306. 4. Complete and sign Addendum to Declaration for Federal Employment (OF306). 5. Copy of malpractice insurance. Submit quote to: Aberdeen Area Indian Health Service Attn: Robyn LeCompte, Purchasing Agent 115 4th Ave. SE, Room 309 Aberdeen, SD 57401 Or fax to 605-226-7669 or email robyn.lecompte@ihs.gov Contractors intending to conduct business with the Federal Government must register with the Central Contractor Registration (CCR) database prior to award. 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 or (269) 961-5757. No contract award shall be made to any vendor listed on the OIG Exclusion List at http://exclusions.oig.hhs.gov throughout the duration of the contract. It shall be the responsibility of the contractor to notify the Acquisition Official if there is a change in provider. Fingerprints must be completed and adjudicated prior to services being performed under this contract. Should the candidate be found with a non favorable security clearance, it shall be the Contractor's responsibility to replace that candidate working under the contract with a suitable candidate. ACCEPTANCE PERIOD: Your quotation 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 60 days from the date of receipt by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-12-021/listing.html)
 
Place of Performance
Address: Spirit Lake Health Center, PO Box 309 / 3883 74th Ave NE, Ft. Totten, North Dakota, 58335, United States
Zip Code: 58335
 
Record
SN02603286-W 20111008/111006234030-0a1d2e92a18e059ff7f5417c2b5ef523 (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.