SOLICITATION NOTICE
Q -- PSYCHIATRY SERVICES - Verification Form - FAR provision 52.212-3
- Notice Date
- 9/3/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621112
— Offices of Physicians, Mental Health Specialists
- 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
- RFP-244-14-0009-REL
- Archive Date
- 10/9/2014
- 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) 52.212-3, Offeror Representations and Certifications - Commercial Items (MAY 2014) must be completed and submitted with the offer. The attached certificate must be completed and submitted for each psychiatrist being presented. 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. The procurement is conducted pursuant to the authority of FAR Part 15, Contracting by Negotiation; FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)); and 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 25 U.S.C. 1638c). 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 commercial item contract in response to Request for Proposal (RFP)-244-14-0009-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 2005-76. The associated North American Industry Classification System code is 621112 and the small business size standard is $11.0 million. PRICE SCHEDULE - PSYCHIATRIST: BASE YEAR: 832 hours @ $_______________ per hour = $____________________; OPTION YEAR ONE: 832 hours @ $_______________ = $____________________; OPTION YEAR TWO: 832 hours @ $_______________ = $____________________; OPTION YEAR THREE: 832 hours @ $_______________ = $____________________; OPTION YEAR FOUR: 832 hours @ $_______________ = $____________________; GRAND TOTAL: $____________________. PERIOD OF PERFORMANCE: 12 months with four 12-month options. PURPOSE OF THE CONTRACT: The purpose of this acquisition is to contract for a Psychiatrist for the Wind River Service Unit, PHS Indian Health Centers, Fort Washakie and Arapahoe, Wyoming. WORK SCHEDULE: Two days per week, one day at each Wind River Service Unit Health Center. STATEMENT OF WORK: Will provide psychiatric services onsite at the Wind River Service Unit. The contractor shall visit the Fort Washakie Health Center, Fort Washakie, Wyoming, one day every week between the hours of 8:00 a.m. and 4:45 p.m. and the Arapahoe Health Center, Arapahoe, Wyoming one day every week between the hours of 8:00 a.m. and 4:45 p.m. The contractor shall take a history and perform an appropriate examination. The contractor shall document patient findings in the patient's electronic health record or medical chart. The written consultation shall include the findings, impressions, and recommendations about the management of patient care. The Government will provide space, support assistance, laboratory services, and pharmacy services. The price will be per hour and no other reimbursement such as transportation, food, lodging, fringe benefits or insurance will be authorized. Major Duties include: (A) Diagnostic Evaluation; (B) Medical Management; (C) Case Consultation to Mental Health and Medical Staff; and (D) Independent review of the following cases for appropriateness of referral, diagnosis, and treatment: (1) After-hour emergency cases; (2) Referrals to inpatient services; (3) Referrals to State Hospital for substance abuse/dual diagnosis treatment. KNOWLEDGE REQUIRED BY THE POSITION: Must be a licensed physician (M.D.). Must have completed a fully accredited psychiatric residency (with child specialty training preferred). Preferred board certified in Adult or Child/Adolescent Psychiatry. A psychiatrist who has had experience treating Native American clients is preferred. Must possess and maintain a full, unrestricted license as an M.D. or D.O. The selected vendor must apply for Medical Staff Privileges at the local Service Unit. Must have experience in psychiatric quality assurance processes and independent record review. COMPLEXITY: The work consists of a broad general practice of psychiatric medicine, involving diagnosis and treatment of behavioral health patients with a wide variety of physical and emotional problems. The work is characterized by its intensity of effort and involves both episodic and preventive care carried on concurrently in the outpatient setting. The work is often difficult to perform because of fear and skepticism by patients, undefined or ill-defined problems presenting in advanced stages, and often conflicting data. The work requires continued efforts to establish programs and to resolve problems often associated with chronic medical problems among the population served. SCOPE AND EFFECT: The purpose of the contract is to examine and treat patients in a clinic setting, and its proper functioning has direct bearing on the emotional and physical well being of patients, their families and local community. PERSONAL CONTACTS: Personal contacts include patients, patient's families, IHS employees, and representatives of other federal organizations including PHS hospitals, and IHS Area Office; representatives of non-federal organizations and individuals, including medical and administrative staffs of referral hospitals, tribal representatives, and other non-federal medical personnel. PURPOSE OF CONTACTS: Personal contacts are to elicit pertinent medical information from patients, who are sometimes uncooperative, skeptical or fearful. In this regard, the contractor must be skillful in securing sufficient information upon which he/she bases his/her diagnosis and treatment. In addition, a significant amount of contact involves resolution of problems in treatment of patients through discussion with consulting specialists, federal state health officials, and patients families, each with their own set of beliefs, objectives and goals. The contractor must also be skillful in assuring compliance with his/her recommended plan of treatment in the face of skepticism and indifference on the part of many patients. PHYSICAL DEMANDS: The work requires some physical exertion and stamina, and involves extensive walking, standing, bending, and similar activities. It is a matter of course that physical and emotional stress on psychiatrist may be extreme at times. It is the contractor's responsibility to inform the Indian Health Service, Wind River Service Unit if his/her ability to cope with the stresses is being exceeded. WORK ENVIRONMENT: The work is performed in a clinic setting, with continual exposure to patients having a variety of illnesses and communicable diseases. May involve exposure to potientially violent person. CONTRACTING OFFICER'S REPRESENTATIVE: The Contracting Officer's Representative (COR) for this contract will be JoLynn Davis, RN, Director of Nursing, Wind River Service Unit. SUPERVISION: The contractor's immediate supervisor will be Phill Rector, PhD, Behavioral Health Director, WRSU. Monitoring of contract compliance and appropriate recordkeeping will be demonstrated using time and attendance logs, meeting minutes, sign-in/sign out sheets or any other appropriate records. Phill Rector will be responsible for verifying contract compliance to the COR. SUPERVISOR: Phill Rector, PhD, Behavioral Health Director; Alternate: Alice Moore, MSW, Clinical Services Administrator. GUIDELINES: Guidelines available include Public Health Service regulations and the Indian Health Manual, procedures, guidelines, and policies for a number of issues. In addition, traditional and currently accepted medical practices are available in the form of specialty consultation, medical journals, and textbooks. The physicians' judgment is the key factor in determining whether guidelines are to be adhereed to or deviated from or whether new guidelines need to be developed. MEDICAL CREDENTIALS AND PRIVILEGES: Indian Health Service Manual Part 3, Chapter 1, describes the policy and procedures for the credentialing and clinical privileging of medical staff working in Indian Health Service (IHS) facilities. The policy and procedures can be accessed at http://www.ihs.gov/IHM/index.cfm?module=dsp_ihm_pc_p3c1. Contracted health care providers are subject to the same quality assurance, credentials, licensure, and qualification standards as required of IHS personnel. Health care providers, other than paraprofessionals, must be licensed in the United States, the District of Columbia, Puerto Rico, or a Territory of the United States to perform the contract services within IHS facilities. To verify active and inactive medical licenses, the attached certification statement must be completed and submitted for each physician being presented. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all necessary equipment and supplies. The Wind River Service Unit will be responsible for getting the Contractor access and clearance to all computer services necessary to carry out his/her duties. 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 by all employees including all contractors, volunteers, students, and summer externs. 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. Access/clearance to all pertinent computer systems, including completing the Rules of Behavior form, Security training; and a Business Partner Interconnection Security Agreement (BPISA), should be coordinated with the Site Manager or LeAnn Christianson, contract Information System Security Officer (ISSO) in the Office of Information Management (OIM) at the Billings Area Office. LeAnn can be reached at (406) 247-7166 or by e-mail at LeAnn.Christianson@ihs.gov. SPECIAL CONTRACT REQUIREMENTS: Contractors cannot serve as expert witnesses in any suit against the Federal Government. Many of the IHS patients receiving services may only speak a native language and/or reside on a Native American Reservation; therefore, the Contractor must demonstrate sensitivity to cross-cultural and language differences. The Privacy Act of 1974 mandates that the Contractor maintain complete confidentiality of all administrative, medical and personnel records, and all other pertinent information that comes to his/her attention or knowledge. The Privacy Act carries both civil and criminal penalties for unlawful disclosure of records. Violation of such confidentiality shall be cause for adverse action. All IHS regulations and policies applicable to these Acts shall be enforced. The Contractor shall comply with IHS facility infection control and safety procedures, practices, and standards. Federal Tort Claims Act coverage for medical related claims is extended to the individuals providing psychiatry services. However, the services must have been performed within the scope of the personal services contract. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. CONTRACTING OFFICER'S REPRESENTATIVE: The Contracting Officer's Representative (COR) shall be responsible for: (1) Monitoring the Contractor's 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 the contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the Supervisor at the Wind River Service Unit, PHS Indian Health Center, P.O. Box 128, Fort Washakie, Wyoming 82514. The Contractor agrees to include the following information on each invoice: (1) Contractor's name, physical and e-mail address, and telephone number; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service including the number of hours worked; and (6) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes has been made 15 days after each quarter. 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 Wind River Service Unit. Fingerprints must also be taken as part of the pre-employment process and must be completed before the psychiatrist is allowed to work. The fingerprints should be coordinated with the 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 CONTRACTOR SHALL PROVIDE EVIDENCE OF, OR SUBMIT A WRITTEN RESPONSE TO, THE FOLLOWING TECHNICAL EVALUATION FACTORS: The following factors shall be used to evaluate offers: (1) Psychiatry License = 35 POINTS. Potential contractors must submit a copy of a current, unrestricted State license with the offer; (2) Resume = 35 POINTS. Potential contractors must submit a resume with offer; and (3) Past Performance = 30 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 three 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. Technical and past performance, when combined, are considered 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, 52.204-7, 52.204-9, 52.204-13, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.225-25, 52.227-14, 52.227-17, 52.228-5, 52.229-3, 52.232-11, 52.232-18, 52.232-39, 52.233-2, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 352.201-70, 352.202-1, 352.203-70, 352.215-1, 352.215-70, 352.222-70, 352.223-70, 352.224-70, 352.227-70, 352.231-71, 352.237-70, 352.237-71, 352.237-72, 352.239-73, 352.242-71, 352.242-72, 352.242-73, and 352.270-2. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.204-10, 52.209-6, 52.209-10, 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, 52.222-40, 52.222-54, 52.223-18, 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 https://www.acquisition.gov/ and http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3524d214210697effd2fd5c77848a806&rgn=div5&view=text&node=48:4.0.1.8.33&idno=48. 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. Contractors intending to conduct business with the Federal Government must register with the System for Award Management (SAM). SAM replaces the Department of Defense's Central Contractor Registration (CCR) database. SAM is now the primary Government repository, which retains information on Government contractors. You may register via the Internet at www.sam.gov. 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 September 24, 2014. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company's 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 RFP. 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/RFP-244-14-0009-REL/listing.html)
- Record
- SN03493388-W 20140905/140903235733-ea47ee6aa77e0d339dd9e07fb2a56f39 (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 |