|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 19,1997 PSA#1975325th 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
|
|