Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2015 FBO #4976
SOLICITATION NOTICE

Q -- ER PHYSICIAN SERVICES - FAR Provision 52.212-3

Notice Date
7/7/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except 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
RFQ-10-15-034-RDJ
 
Archive Date
8/20/2015
 
Point of Contact
Ron Juneau, Phone: 4062477352
 
E-Mail Address
ron.juneau@ihs.gov
(ron.juneau@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR Provision 52.212-3 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 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)); and FAR 37.4 - Nonpersonal Health Care Services (10 U.S.C. 2304 and 41 U.S.C. Chapter 33), in which the contractor is an independent contractor. The Billings Area Indian Health Service (IHS) intends to award a Firm Fixed Price for Commercial Item contract in response to Request for Quotation (RFQ) 10-15-034-RDJ. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. This solicitation is restricted to 100% Small Business concerns. The associated North American Industry Classification System code is 621111 with a small business size standard of $11.0 million. Quotations should be prepared in accordance with Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors - Commercial Items (APR 2014); PRICE SCHEDULE - EMERGENCY ROOM (ER) LOCUM PHYSICIAN SERVICES: Proposals must be inclusive of transportation, meals, per diem and lodging. The optional hours can be exercised at anytime during each 12 month term. BASE YEAR: 1248 HOURS @______________ per hr =__________________; 1248 OPTIONAL HOURS @______________ per hr = __________________; and 96 OVERTIME HOURS @_____________ per hr = __________________; TOTAL: __________________ OPTION YEAR ONE: 1248 HOURS @______________ per hr = _______________ 1248 OPTIONAL HOURS @______________ per hour = __________________; and 96 OVERTIME HOURS @_____________ per hr = __________________; TOTAL: ___________________ OPTION YEAR TWO: 1248 HOURS @_____________ per hr = ___________________; 1248 OPTIONAL HOURS @______________ per hr =_______________ and 96 OVERTIME HOURS @_____________ per hr = __________________; TOTAL: _______________________ GRAND TOTAL: ______________________ PERIOD OF PERFORMANCE: October 1, 2015 to September 30, 2016, with two 12-month options. PURPOSE OF THE CONTRACT: The purpose of this acquisition is to contract for Emergency Room Locum Physician Services at the Northern Cheyenne Service Unit, PHS Indian Health Center, Lame Deer, Montana. WORK SCHEDULE: The weekend shifts will be scheduled from 4:00 p.m. on Friday to 4:00 p.m. on Sunday; and 24-hour shifts during federal holidays. HOLIDAYS: The following Federal holidays are observed under this contract. Thanksgiving Day; Christmas Day on December 25; New year's Day on January 1st and Independence Day on July 4th. Holidays falling on a weekend will be observed the next or preceding day. NON-PERSONAL SERVICES CONTRACT: This procurement is a nonpersonal health care service contract, as defined in FAR 37.101, under which the Contractor is an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over the medical and professional aspects of services rendered (e.g., professional judgments, diagnosis for specific medical treatment). The Contractor shall indemnify the Government for any liability producing acts or omissions by the Contractor, its employees and agents occurring during contract performance. The Contractor shall maintain medical liability insurance, which is not less than the amount normally prevailing within the local community for the medical specialty concerned. The Contractor is required to ensure that its subcontracts for provisions of health care services contain the requirements of the clause at 52.237-7, including the maintenance of medical liability insurance. STATEMENT OF WORK (MAJOR DUTIES): The contractor shall provide on-site services to provide comprehensive clinical medical care (education, prevention, curative, rehabilitative and emergency) at primary and secondary levels in Emergency Services, in both the ambulatory and inpatient setting. Examines and diagnosis health related conditions of individuals presenting themselves for care; refers individuals for consultation when appropriate; prescribes and carries out, therapy, in conformance with approved clinical privileges and Billings Area/Indian Health Service policy. Educates individuals on the nature of health related conditions, recommended therapy, and the general promotion of health and prevention of illness/disease. Assists, as able, in the teaching of primary care medicine to medical students, physician assistants, and other health professionals. The physician must be available for unpredictable shift coverage and inconsistent working hours. Primary work functions cover emergency room services but may include walk-in clinic coverage during low emergency room utilization. Provider may also be required to provide medical evaluation and treatment of emergencies, which arise on the outpatient floor, when the primary or backup physicians are not immediately available. Conducts initial and periodic health examinations for finding physical defects in need of correction, and prescribes and implements remedial treatments required to correct these defects. Makes necessary arrangements and authorizes the transfer of patients to the appropriate hospital. This includes authorization for admission to contract facilities for emergency medical care and surgery. Informs appropriate personnel of Purchased/Referred Care (PRC) (formally Contract Health Service (CHS)) admissions as it pertains to emergency medical services. Records patient-provider transactions in the problem oriented medical record format and completes required data collection instruments, referrals, third party billing, and medical records as required. Refers patients and their families to Purchased/Referred Care (PRC) (formally Contract Health Services) personnel, as appropriate, for their continued care and follow-up. Provides medical control over the radio to EMT-Intermediate and EMT-Paramedics who provide advanced pre-hospital emergency medical services to Indian and non-Indian patients on the Northern Cheyenne Indian Reservation in Big Horn and Rosebud Counties. Provides back up medical services/assistance for walk-in clinic during slow times in the ER department. ADDITIONAL REQUIREMENTS: Board Certified in Emergency Medicine, Family Practice, Internal Medicine, or Internal Medicine/Pediatrics; Board Certification in Emergency medicine, Family Practice, Internal Medicine/Pediatrics is preferred but not required. Medical practice experience of at least four years (residency included), with two years of ER experience; Current ACLS certification (certification cannot be lapsed for more than 1 year); Current ATLS certification (certification cannot be lapsed for more than 1 year); Current PALS or APLS certification (certification cannot be lapsed for more than 1 year). The Contractor must possess a thorough knowledge of the general primary care fields of internal medicine, obstetrics and gynecology, and pediatrics in order to treat a majority of the patients. He/she must possess a specialized knowledge of the concepts, principles and practices of emergency medical obtained through the successful completion of a course of study leading to a degree of Doctor of Medicine or Osteopathy at an approved school, and the successful completion of post graduate training in an approved residency program. The physician must possess a license to practice medicine in the United States. Guidelines available include PHS/IHS, Billings Area, Service Unit, and Medical Staff regulations, policies, procedures, and by-laws. In addition, traditional and currently accepted medical practices are available in the form of specialty consultation, medical journals, and textbooks. In nearly all cases, however, the physician's judgment is the key factor in determining whether guidelines are to be adhered to or deviated from or whether guidelines need to be developed to protect the interests of the patient. The work requires continued efforts to establish programs to resolve chronic medical problems among the population served. The Contractor shall prepare and complete all medical and other required reporting documents as required by IHS procedural guidelines and policies. The Contractor shall comply with all IHS facility infection control and safety procedures, practices and standards. The Contractor must maintain and demonstrate knowledge of and adhere to hospital and departmental safety regulations. The Contractor shall comply with the following requirements: infection control, hazardous materials, safety, security, emergency preparedness, life safety, medical equipment and utilities in accordance with established management plans. GUIDELINES: Available guidelines include DHHS, PHS, IHS, Billings Area, Service Unit and Medical Staff regulations, policies, procedures and by-laws. In addition, traditional and currently accepted medical practices area available in the form of specialty consultation, medical journals and textbooks. In nearly all cases, however, the physician's judgment is the key factor in determining whether guidelines are to be adhered to or deviated from whether new guides need to be developed to protect the interests of the patient. COMPLEXITY: The work consists of a broad practice of emergency and general medicine, involving diagnosis and treatment of patients with an extremely wide variety of physical and emotional problems. Assignments are characterized by breadth and intensity of effort and generally involve the simultaneous application of multiple distinct skills, knowledge and abilities in the care of one or more patients. The work is often difficult and further complicated by the fear and skepticism of the patients, undefined or ill-defined problems presented in advanced stages, and conflicting data. Cases may be critical and require immediate decisions and/or are complicated because patients may be unconscious, intoxicated, unable or unwilling to respond. SCOPE AND EFFECT: The work of this position affects the health and wellbeing of individuals on an immediate basis and impacts the health status of the community on a broad basis. PERSONAL CONTACTS: Personal contacts are with patients, patient's family, visitors, other staff physicians, nurses, EMS and ancillary service personnel as well as physicians and nurses from the private sector. May also have contact with representatives of federal, state and tribal health organizations as well as hospital administrators from the private sector. These contacts are made with individuals and occasionally groups in moderately unstructured settings. PURPOSE OF CONTACTS: The purpose of the contacts is to diagnose and treat ill and/or injured patients, to exchange information, resolve problems, educate, influence and motivate individuals and groups to understand and accept recommended medical information, diagnosis and treatments. PHYSICAL DEMANDS: The work requires mild to moderate physical exertion, a high degree of stamina, extensive walking, standing, bending and similar activities. Patients may be required to be lifted from time to time. The physician may be required to remain awake on duty for periods up to 24-hours in duration. WORK ENVIRONMENT: The work is performed in an Emergency Room Setting, with continual exposure to patients having a variety of illnesses, injuries and communicable diseases. Occasionally, the contract physician may be subjected to adverse weather and hostile patients and/or families. Physician works on a regular assigned, rotation to provide continuity of medical services during weekends and selected holidays. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all necessary equipment and supplies. The Northern Cheyenne 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 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 if necessary, a Business Partner Interconnection Security Agreement (BPISA), should be coordinated with the Service Unit. 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 REPRESENTATIVE (COR): The COR 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 Billings Area Financial Management Office with a courtesy copy to the Service Unit. The Contractor agrees to include the following information on each invoice: (1) Contractor's name and address; (2) Contact name, title, and telephone number; (3) Contract Number; (4) Invoice number and date; (5) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed; (6) Remit to Address; (7) Taxpayer Identification Number (Employer Identification Number or Social Security Number); and (8) Data Universal Numbering System (DUNS) number (to ensure payment is made to the correct bank account) and vendor mailing address, as provided in the System for Award Management (SAM), formerly known as the Central Contractor Registration (CCR) database. 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 Northern Cheyenne Service Unit. The Administrative Officer at the Service Unit will conduct the character and background investigations. Fingerprints must also be taken as part of the pre-employment process and must be completed before the physician is allowed to work. The fingerprint check should be coordinated with the Administrative Officer. 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. IHS shall provide training on the Freedom of Information Act and the Privacy Act. All IHS regulations and policies applicable to these Acts shall be enforced. During the performance of the contract, the Contractor shall provide for the consistent performance of patient care processes according to the standards of the Accreditation Association for Ambulatory Health Care (AAAHC), who supplies accreditation to the Northern Cheyenne Service Unit. The contractor shall comply with I.HS facility infection control and safety procedures, practices, and standards. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision FAR 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 (OCT 2014) (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 for the Physicians: (1) Licensure = 35 POINTS (Potential contractors must submit a copy of a State license for each candidate with the offer); (2) Resume/Curriculum Vitae = 35 POINTS (Potential contractors must submit a Resume/CV for each candidate with the offer. The Resume/CV for the physicians must include information relating to: (i) Board Certification or Board Eligibility; (ii) Specialty Training; and (iii) Clinical Practical Experience, including past and current experience); 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. (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: 52.212-4 Contract Term and Conditions-Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. 52.203-6, 52.204-10, 52.209-6, 52.209-9, 52.217-7, 52.217-9, 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, 52.222-50, 52,222-54, 52.223-18, 52.225-13, 52.232-33, 52.204-4, 52.204-7, 52.204-9, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 52.217-8, 52.217-9, 52.222-1, 52.223-5, 52.223-6, 52.232-18, 52.224-1, 52.224-2, 52.227-14, 52.227-17, 52.228-5, 52.237-2, 52.237-3, 52.237-7, 52.242-15, 52.242-17, 52.245-1, 52.245-9, 352.201-70, 352.202-1, 352.203-70, 352.215-1, 352.215-70, 352.222-70, 352.223-70, 252.224-70, 352.227-70, 352.231-71, 352.237-70, 352.237-71, 352.237-72, 352.239-72, 352.239-73, 352.242-71, 352.242-72, 352.242-73, 352.270-2, and 352.270-3. 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 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 August 5, 2015. 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 Ron.Juneau@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-10-15-034-RDJ/listing.html)
 
Place of Performance
Address: Northern Cheyenne Service Unit, Northern Cheyenne Health Center, Lame Deer, Montana, 59043, United States
Zip Code: 59043
 
Record
SN03787757-W 20150709/150707235908-3018996c0f219a9841de7f5d2ef9762e (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.