SOLICITATION NOTICE
Q -- Pathology Consultation Services for Naval Health Clinic Fallon, Nevada
- Notice Date
- 11/16/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- N00259 Naval Medical Center San Diego Material Management 34800 Bob Wilson Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0025913T0068
- Response Due
- 12/7/2012
- Archive Date
- 1/7/2013
- Point of Contact
- Ryan Brown 619-532-9569
- E-Mail Address
-
Ryan Brown email address
(ryan.brown2@med.navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NOTICE TO CONTRACTOR This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number is N00259-13-T-0068. The closing date is December 7, 2012 @ 08:00am Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-61. It is the contractor s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 621111; Size: $10.0M. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following products: CLIN 0001 Pathology Consultation, monthly technical assist visit to include: administrative tasks, training, survey preparation, quality control/review, and meet with clinical and professional staff. To be performed in accordance with the statement of work, QTY: 12, Unit of Issue: Months Period of performance 17 December 2012 through 16 December 2013 Price: $______ CLIN 1001 Pathology Consultation Option year 1, monthly technical assist visit to include: administrative tasks, training, survey preparation, quality control/review, and meet with clinical and professional staff. To be performed in accordance with the statement of work, QTY: 12, Unit of Issue: Months Period of performance 17 December 2013 through 16 December 2014 Price: $______ CLIN 2002 Pathology Consultation Option year 2, monthly technical assist visit to include: administrative tasks, training, survey preparation, quality control/review, and meet with clinical and professional staff. To be performed in accordance with the statement of work, QTY: 12, Unit of Issue: Months Period of performance 17 December 2014 through 16 December 2015 Price: $______ CLIN 3003 Pathology Consultation Option year 3, monthly technical assist visit to include: administrative tasks, training, survey preparation, quality control/review, and meet with clinical and professional staff. To be performed in accordance with the statement of work, QTY: 12, Unit of Issue: Months Period of performance 17 December 2015 through 16 December 2016 Price: $______ CLIN 4004 Pathology Consultation Option year 4, monthly technical assist visit to include: administrative tasks, training, survey preparation, quality control/review, and meet with clinical and professional staff. To be performed in accordance with the statement of work, QTY: 12, Unit of Issue: Months Period of performance 17 December 2016 through 16 December 2017 Price: $______ PERFORMANCE WORK STATEMENT Naval Health Branch Clinic Fallon Nevada 16 November 2012 1.0 BACKGROUND 1.1 General. The mission of Naval Health Branch Clinic Fallon, Nevada (NHBCF) is to be a recognized military health care leader promoting a culture of excellence through health care first, people and readiness always to eligible beneficiary population of NAS Fallon. 2.0 SCOPE 2.1 Scope of Work. Contractor shall at all times be an independent contractor practicing medicine and specializing in pathology. NHBCF shall neither have nor exercise any control or direction over the methods employed by the pathologist in the performance of their work, except that the pathologist will perform said work at all times in strict accordance with currently approved methods of practice in a competent, efficient, and proper manner. The pathologist shall comply in all general matters, which are not matters limited to the special practice of pathology with the rules, regulations and policies of the NHBCF. Contractor will provide a technical assist visit each month during the working hours of 0730-1630 Monday through Friday, to assist laboratory and clinic staff with Anatomic and Clinical Pathology laboratory issues (i.e. quality control problems, and patient testing) and prepare for site visits/inspections (i.e. College of American Pathologists or CAP). These visits shall be scheduled by the contractor at least six weeks in advance. During these visits the pathologist will be available to perform administrative tasks such as signing quality assurance/control logs, training logs, patient testing logs, training records as needed, monthly maintenance logs, CAP proficiency surveys, provide technician training and meet with the NHBCF medical staff as needed. 3.0 Pathologist Task Descriptions: 3.1 Contractor shall Review/Sign/Date Patient logs. 3.2 Contractor shall review/Sign/Date Quality Control/Assurance Logs. 3.3 Contractor shall Review/Sign/Date Monthly Maintenance log. 3.4 Contractor shall Review/Sign/Date CAP Proficiency Survey. 3.5 Contractor shall Review/Sign/Date Training Records/Reports. 3.6 Contractor shall Review/Sign/Date laboratory Standard Operating Procedures. 3.7 Contractor shall provide educational briefs when noted discrepancies in laboratory testing. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government and may be in the form of telephone or video-conferencing and/or on-site meetings mutually agreed by both parties. 3.8 Contractor shall provide periodic performance meetings as required. At these meetings, the COR will apprise the Contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. 4.0 GOVERNMENT FURNISHED EQUIPMENT. 4.1 For services performed on-site in performance of this contract the government will provide (without cost to the contractor): a room with adequate space, flooring, ventilation, and privacy. 4.2 Government property furnished to the contractor shall be for the sole purpose of performance of contract requirements. Property and services shall not be removed from the Government installation. The contractor and contractor employees shall make no use of any Government facilities or other Government property in connection with outside employment. 5.0 QUALITY ASSURANCE 5.1 Contractor Quality Control 5.1.1 Quality of Service. The contractor is responsible for implementing and maintaining a Quality Control Program (QCP) to ensure that the work performed meets or exceeds contract requirements and results in the correction of potential and actual problems. The QCP shall be implemented on the first day of contract performance. In addition to the contractor s QCP, the Government will provide the contractor with a copy of the Government s Quality Assurance Surveillance Program (QASP). Notwithstanding the Government s QASP, the contractor is not relieved from having their own QCP program to address quality issues during the contract award period. 5.2 Quality Assurance Surveillance Plan (QASP) Progress will be monitored by contractor s timeliness of reviews of NHBCF laboratory Standard Operational Procedures (SOPs); quality control data; patient testing data; and all other documentation regulated for review by the College of American Pathologist (CAP). Refer to the attached Performance work Statement for QASP. 5.0 OTHER PROVISIONS 5.1 Hours of operation. Naval Health Branch Clinic NAS Fallon s operating hours are from 0730-1630, Monday Friday. 5.2 Liability. Contractor will agree to keep and maintain at their own expense throughout the term of this Agreement a policy of Malpractice Insurance with a reputable firm containing the usual terms and conditions, insuring the Contractor conduct in carrying out their duties hereunder. Said policy shall be in the sum of not less than one million dollars ($1,000,000.00) per incident and three million dollars ($3,000,000) in aggregate. Term is for one (1) year with 30-day termination clause with or without cause. 5.3 Independent Contractor. In the performance of the work, duties and obligations devolving upon Contractor under this Agreement, it is mutually understood and agreed that the Contractor are at all times acting and performing as an independent contractor engaged in the independent practice of his/her profession of medicine and surgery and specializing in Pathology. 5.4 Outside Practices. Nothing herein shall be construed to prevent Contractor from continuing, without limitation, the independent practice of Pathology outside the premises of NHBCF. Contractor agrees that such outside practice shall be conducted in a manner, which does not interfere with the duties, and responsibilities provided for in this agreement. 5.5 Records. The contractor is responsible for adhering the conditions contained in the clause PRIVACY AND SECURITY OF PROTECTED HEALTH INFORMATION (AUGUST 2007) contained in the contract. All records produced in the performance of this contract and all evaluations of patients are the property of, and subject to the exclusive control of, the Government. The Contractor may retain a copy of all such records or evaluations, but may not provide further copies or disclose the information from such records or evaluations to third parties. All requests from other treatment facilities or other individuals for patient records shall handled in accordance with procedures specified by NHBCF instructions. The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-99 - System for Award Management Registration (August 2012) (DEVIATION) 52.212-1 Instruction to Offerors-Commercial Item (FEB 2012) (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the combined synopsis/solicitation, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, other documents, or certifications, if necessary; (6) Price and any discount terms; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation 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); and (11) If the offer is not submitted on the Combined synopsis/Solicitation, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 52.212-2 Evaluation Commercial Items (JAN 1999) Evaluation factors in descending order of importance: 1) Technical Capability, 2) Past Performance (contractor to provide 2 references of similar services provided within the past 3 years) and 3) Price 52.212-3 Offeror Representations and Certification--Commercial Items (MAR 2012) 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2012) with the following clauses incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012), 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011), 52.219-28 Post Award Small Business Program Representation (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), 52.222-48 Exemption From Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification (FEB 2009), 52.222-52 Exemption From Application of the Service Contract Act to Contracts for Certain Services--Certification (NOV 2007), 52.222-53 Exemption From Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) 52.217-5 Evaluation of Options (JULY 1990) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.219-1 Alt I Small Business Concern Program Representation (APR 2011) 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (DEVIATION 2012-00014) (AUG 2012) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) www.acquisition.gov; www.acq.osd.mil 52.252-2 Clauses Incorporated By Reference (FEB 1998) www.acquisition.gov; www.acq.osd.mil 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012) with the following clauses incorporated by reference: 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) HIPAA Privacy and Security of Protected Health Information NMCAR Subpart 5237.102 Service Contracts General Policy NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://cnic.navy.mil/CNIC_HQ_Site/index.htm, popular links. For more information or to enroll in the NCACS Program call: 1.877.727.4342. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. The Government intends to award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The following factors to be used to evaluate offers: Technical Capability, Past Performance, and Price. Contractors who do not meet the first 2 factors will not undergo a price evaluation. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2012). A Data Universal Number System (DUNS) number is required to register. Email your quote to ryan.brown2@med.navy.mil on or before 08:00am Pacific Standard Time on 07 December 2012. Submitter should confirm receipt of email submissions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025913T0068/listing.html)
- Place of Performance
- Address: Naval Branch Health Clinic Fallon
- Zip Code: 4755 Pasture Rd. Bldg. 299, Fallon, NV
- Zip Code: 4755 Pasture Rd. Bldg. 299, Fallon, NV
- Record
- SN02932429-W 20121118/121116234452-1b2efb676232bf24872e4c75d3ba8aa9 (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 |