Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 19,1997 PSA#1975

325th Contracting Squadron, 501 Illinois Avenue, STE 5, Tyndall AFB, FL 32403-5526

Q -- MAMMOGRAPHY TECHNOLOGIST SERVICES SOL F08637-98-QX286 DUE 121797 POC TSgt Martha V. Hooks, Contract Administrator (850) 283-8626 This is a combined synopsis/solicitation of a firm fixed price contract for commercial items in accordance with the format in FAR 12.6, as supplemented with additional information included with this notice. This announcement constitutes the only solicitation; quotes are being requested and a formal solicitation will not be issued. This solicitation, number F0863798QX286, is to be issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-01. The contract will be for Mammography Technologist Services at the Tyndall AFB, FL hospital for one base year with three (3) one year options. This is a 100% small business set-aside, firm-fixed price contract. The Standard Industrial Classification (SIC) Code is 8071, with a business size standard of less than $5.0 million annually. Offerors are to complete each of the four Contract Line Item Numbers (CLINS). No partial bids will be accepted. CLIN 0001 -- Base Year 01 Feb 98 -- 30 Sep 98; Mammography Technologist Services; CLIN 0002, Option Year One, 1 Oct 98 -- 30 Sep 99; CLIN 0003, Option Year Two, 1 Oct 99 -- 30 Sep 00; and CLIN 0004, Option Year Three, 1 Oct 00 -- 30 Sep 01. Pursuant to FAR 17.203(d), bidders may offer varying prices for option periods. Contractors' actions will include but are not limited to providing all labor, equipment, materials and services required to: perform Mammography Technologist Services . Services will be provided Monday through Friday, 0730-1630 hours (exclusive of federal holidays), with one hour for lunch. Additionally, time will be allowed for quality control tests and documentation. Variations to these hours will be coordinated with the Chief Radiologist and the Quality Assurance Evaluator. The Contractor is required to begin full performance of the contract requirements on the commencement date of the contract. The Contractor will submit applications for only those contract workers who can reasonably be anticipated to render the actual, substantial performance of the contract. The submission of primary contract workers who lack the requisite qualifications, or who will not work at all, is unacceptable and will be considered a failure to perform. Performance Work Statement: All contract workers will participate in the MTF orientation procedures for newly assigned workers, to include regulations specific to their professional specialty, and hospital and Air Force policies and procedures. Contract workers will also attend workplace specific training as required by regulatory guidance. The Contractor shall perform procedures compatible with the medical facility's operating capacity and equipment. New medical procedures/services shall not be introduced without prior recommendation to, and approval of, the medical treatment facility (MTF) Commander or authorized representative. The mammography technologist will perform the following tasks: receive requests from attending care providers and radiologists; obtain requested mammographic examinations; receive patients; explain methods of procedures; positions patients; makes adjustments necessary for the required examination; determines any special patient preparation that will be necessary; correlates the clinical history with the mammographic examination to be performed as indicated; consults with attending radiologist as necessary to ensure proper mammograms are obtained with optimal use of patient time and supplies with the least discomfort to the patient as possible; maintains and files films and reports; assists radiologists and other technologists in performing complex procedures; assists radiologists in performing needle localization procedures; process films and hang for radiologic interpretations, and administer training to military treatment facility (MTF) personnel. The technologist will perform Mammographic quality control procedures. The technologist shall ensure equipment is ready for use, mammograms are correctly performed, and only properly functioning equipment is used. This includes mammography processor function and quality control. The technologist repeats any films that do not meet ACR/MQSA standards before patient is released. The technologist will perform all documentation and follow-up of mammogram/biopsy results in accordance with the provisions of the MQSA. The technologist shall prepare all documentation to meet or exceed established standards of the MTF to include, but not be limited to: timeliness, legibility, and as required for accredited mammographic facilities. This includes all mammography quality control documentation, and all documents required by the provisions of the MQSA, the FDA and the ACR. Patient lists, no matter how developed, shall be treated as privileged information. Lists and/or names of patients shall not be disclosed to or revealed in any way for use outside the MTF without prior written permission by the Chief of Hospital Services. Contract workers shall respect and maintain the basic rights of patients, demonstrating concern forpersonal dignity and human relationships. Workers receiving complaints validated by the QAE and Chief of the Medical Staff, shall be subject to counseling and, depending on the nature and severity of the complaint, separation from performing services under this contract. The worker shall only release medical information obtained during the course of this contract to other MTF staff involved in the care and treatment of that individual patient. Estimated monthly procedures are as follows: Screening and Diagnostic Mammograms -- 200, Needle Localizations -- 5-10. All examinations that can be performed with existing equipment will be completed in the MTF. Place of Performance: 325th Medical Group (AETC), Tyndall AFB, FL. Supplies/Services/ Equipment/Facilities: The MTF will provide: required government forms; all medical and nonmedical supplies commonly used in the facility; full use of the Radiology Department and Mammography suite; secretarial services to type all reports associated with Mammography workcompleted in the MTF; patient scheduling (complete administrative control of the patient shall remain with the government); and all available equipment needed to perform services required by this contract. Method of Performance: The contractor shall participate in Quality Improvement/Risk Management activities as required by Air Force Instruction (AFI) 44-119 and the individual MTF QI/RM plan or regulation, as required for accredited/certified mammography facilities. The Government will evaluate the Contractor's performance under this contract using quality assurance standards specified in AFI 44-119. Inspections may also be conducted under the Inspection of Services clause. The contract personnel shall comply with all safety procedures and practices associated with the MTF and all Joint Commission on Accreditation of Healthcare Organization (JCAHO) Manuals during the term of this contract. The quality of care shall meet or exceed standards set by the JCAHO Accreditation Manual and the MTF Manuals. The Contracting Officer (CO) shall require the Contractor or his/her representative to meet with the CO, contract administrator, QAE, and other government personnel at least quarterly, and as often as deemed necessary. The Contractor may request a meeting with the CO when he/she deems such necessary. Meetings will be documented in the contract file with written minutes signed by the contract manager and the CO, or contract administrator. Should the Contractor not concur with the minutes, such nonconcurrence shall be provided in writing to the CO within ten (10) calendar days of receipt of the minutes. Personnel Requirements: Services are to be performed by a mammography technologist who is Mammography registered by the American Registry of Radiologic Technologists (ARRT), and holds a current state license. The technologist shall have performed mammography technologist services for a minimum of 6 -- 9 months within the past 6 -- 9 months for a minimum of 30 hours each week of dedicated/sole mammography services. The contract worker must have 6 -- 9 months minimum experience as the chief mammographer, with responsibility for performing and documenting mammography quality control tests and results. Technologist must be able to work without supervision or radiological assistance, except as needed to tailor the exam to the radiologist's specifications. The MTF will initiate a Criminal History Background Check on the Mammography Technologist within 15 days of start-date. The Contractor shall arrange for locum tenens coverage by a qualified mammographic technologist when the contracted technologist will be unable to provide services for one (1) or more consecutively scheduled shifts. He/she shall provide a replacement who is Mammography registered by the ARRT, has a current state license, and has at least one year of experience in Mammography. No temporary replacement shall exceed 8 weeks for each period of absence. The contractor shall provide the Contracting Officer copies of the technologist's ARRT Mammography registry and experience at least three (3) weeks before the change takes place. Contract personnel performing services under this contract shall receive a pre-employment physical examination prior to commencement of work and annually thereafter. Health care workers shall report to the Contractor's physician to receive a pre-employment examination and immunizations/shots prescribed by the MTF. A standard exam will include all items cited on Standard Form (SF) 88, Report of Medical Examination, SF 93, Report of Medical History, and observations and tests to ensure the employee is free of any contagious disease. Not later then five (5) work days prior to commencement of work, the Contractor shall provide certification that the employee passed the required examination(s), to include date of examination, name and address of physician performing exam, and a statement describing the general health of the employee. The statement, consistent with examination results, should be as follows: "(name of contract employee) is suffering from no contagious diseases including, but not limited to, Tuberculosis, Hepatitis, and Venereal Disease." Anyone who subsequently develops any contagious disease must immediately be removed from contract performance, and the Contractor will provide a replacement at no additional cost to the Government Employees shall have a follow-up medical exam (as stated above, along with the statement) within 30 calendar days of each yearly anniversary of his/her contract performance. Additional examinations may be required as necessary to protect the interests of the Government. No employee may perform Mammography services under this contract unless he/she has passed a physical examination within 30 calendar days before starting work. The contract mammography technologist shall read, understand, speak, and write in English. The contract technologist shall be neat, clean, well groomed, and dress in appropriate hospital-type attire. Publications applicable during the life of this contract include Mammography Quality Standards Act (MQSA); American College of Radiology (ACR) requirements for accredited mammography facilities; Food and Drug Administration (FDA) requirements; AFI 144-119, Quality Improvement in the Air Force Medical Service; AFI 41-210, Patient Administration Functions; AFI 44-102, Patient Care and Management of Clinical Services; AFI 48-123, Medical Examination and Standards; JCAHO Accreditation Manual; Medical Group Instruction (MGI) 40-2, Improving Organizational Performance Plan (IOPP); and Diagnostic Imaging Services Operating Instructions. The contractor will place its personnel on an acceptable dosimeter program and furnish them with dosimeters (radiation monitor), which must be worn by the technologist. The MTF will provide emergency health care for contractor personnel for injuries occurring while on duty. The contractor will reimburse the Government for emergency health care services based on $100.00 for an Acute Care Clinic visit. The Contractor shall continue to meet the minimum standards for CME to remain current according to the requirements of the MQSA, FDA, and ACR. CME shall be obtained at no additional cost to the Government and shall be reported to the QAE annually on the first normal duty day in January for the previous calendar year. Periodic CME may be conducted at the MTF and will be available, at no cost, to any health care worker desiring to attend. Initial applications, including malpractice history and completed copies of the below listed documents, shall be submitted to the MTF mammographic supervising radiologist or designated representative 30 calendar days from receipt of notice of contract award, or when requested by the QAE. Additionally, the Contractor shall make all proposed health care workers available for interview by the above MTF representatives. The contract technologist must provide proof of each of the following requirements as well as any other documents required to practice mammography under the Mammography Quality Standards Act (MQSA): (a) Valid, current, unrestricted national certification in Radiologic Technology (b) Valid, current, unrestricted Radiologic Technologist license for the state of Florida (c) Valid, current mammography certification (d) Proof of current mammography training/education as required by the MQSA, the American College of Radiography (ACR), and the Food and Drug Administration (FDA) (e) Documents showing an average of five continuing education units (CEUs) per year in mammography (If the contract technologist met initial qualifications by 1 Oct 94, they must have earned at least 15 CME/CEUs in mammography by 1 Oct 97) (f) Current Basic Life Support (BLS) certification (g) A signed consent for release of information (h) A copy of the proposed contract worker's professional resume, accompanied by that individual's sworn affidavit of the truthfulness of same, indicating experience, training, and technical expertise in the type of care to be rendered (i) A list of all states in which the contract worker currently holds or has held a license to practice related services (j) Certification of current physical examination for each employee. (G) Clauses/Provisions: The provisions at FAR 52.212-1, "Instructions to Offerors -- Commercial Items," applies to this service. The Government intends to evaluate offers and award a contract without discussions. Therefore, qualified contractors should submit a quotation for CLIN 0001, CLIN 0002, CLIN 0003, and CLIN 0004, each with the best possible price. No partial bids will be accepted and the Government may reject any or all offers if such actions are in the public's best interest. Provisions at FAR 52.212-2, "Evaluation-Commercial Items," apply to this solicitation and the following evaluation criteria (arranged in their relative of importance) are hereby incorporated: lowest-priced, responsible offeror, whose past performance is found to be acceptable, whose offer conforms to the solicitation to satisfy the Government's needs, and whose offer will be most advantageous to the Government. The clauses at FAR 52.212-4 "Contract Terms and Conditions-Commercial Items," and 52.212-5 (Contract Terms and Conditions Required to implement Statutes or Executive Orders-Commercial Items," apply to this acquisition [this includes, but is not limited to, the following FAR clauses: 52.222-26, Equal Opportunity; 52.222.35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-41, Service Contract Act of 1965, as amended; 52.222.42, "Statement of Equivalent Rates for Federal Hires", in compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the class of service employees expected to be employed under the contract and states the wages an fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S. C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY; IT IS NOT A WAGE DETERMINATION: Employee Class: GS-04, monetary wage/fringe benefits: $8.76. The clauses at FAR 52.219-6, "Notice of Total Small Business Set-Aside; FAR 52.228-5, Insurance-Work on a Government Installation; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.237-7, Indemnification and Medical Liability Insurance; and FAR 52.217-8, Option to Extend Services also apply to this solicitation. The Government will exercise the option years IAW with FAR 52.217-9, Option to Extend the Term of the Contract. The Government will give the Contractor a preliminary notice at least 60 days before the contract expires. The primary notice does not commit the Government to an extension. Offerors are to include a completed copy of the provisions at FAR 52.212-3, "Offer Representations and Certification-Commercial Items" with quote. No written copies of this solicitation will be available. Quotes shall be submitted in writing to the 325th Contracting Squadron, address above, not later COB on 17 Dec 1997. Attention: TSgt Martha V. Hooks, (850) 283-8626. See numbered note 1***** (0321)

Loren Data Corp. http://www.ld.com (SYN# 0057 19971119\Q-0004.SOL)


Q - Medical Services Index Page