Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2005 FBO #1196
SOLICITATION NOTICE

Q -- DIANOSTIC RADIOLOGIC TECHNOLOGIST - NORTHERN CHEYENNE

Notice Date
3/4/2005
 
Notice Type
Solicitation Notice
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North PO Box 36600, Billings, MT, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-05-030-BAC
 
Response Due
3/18/2005
 
Archive Date
4/2/2005
 
Description
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. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), and FAR Subpart 37.104, Personal Services Contracts (Public Law 103-322, 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 firm fixed-price performance based commercial item contract in response to Request for Quotation (RFQ) 10-05-030-BAC to acquire Diagnostic Radiologic Technologist Services. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26. The associated North American Industry Classification System code is 621512 and the small business size standard is $11.5 million. PRICE SCHEDULE: Offers should be submitted for 1080 hours @ $________ per hour = $__________. Contractor shall work Monday through Friday between the hours of 8:00 a.m./p.m. and 4:30 a.m./p.m. The proposal must be inclusive of transportation, food, and lodging. STATEMENT OF WORK: The purpose of this acquisition is to contract for Diagnostic Radiologic Technologist Services for the Northern Cheyenne Service Unit, PHS Indian Hospital on the Northern Cheyenne Indian Reservation, Lame Deer, Montana. MAJOR DUTIES: Manages department and independently performs a variety of difficult radiographic examinations. Receives patients, explains method of procedure, positions patient, selects and sets technical factors, sets up and adjusts required accessory equipment, and makes exposures necessary for the requested procedure: proper technique is used to minimize excessive exposure to the patient. Performs contrast study procedures such as gallbladders and intravenous pyelograms. Sets up x-ray room. Prepares and administers contrast media orally. Monitors and/or observes patient vital signs and notifies Medical Officer of significant changes. Composes and maintains current policy and procedure manual according to Indian Health Service and Joint Commission on the Accreditation of Hospital Standards. Performs examinations of the head, trunk and extremities for routine examinations and for diagnosis of illness or injuries of accident victims. Prepares and submits properly filled out requisitions for supplies sufficient for the proper functioning of the x-ray department. Provides basic x-ray training to Laboratory and Medical staff. Process exposed radiographs, prepares processing chemicals, and cares for processing equipment on a routine basis. Performs a full range of examinations on emergency room and clinic patients. Adjust procedures and techniques to accommodate patient?s physical, disease, and mental conditions. Maintains departmental records of patients examined, examinations performed, and technical factors used. Files films and patient identification cards. Maintains reports of radiation film badges. Performs quality control procedures on the processor, x-ray unit, aprons, gloves, and other shielding devices according to advice given by Are Advisory Personnel. Maintains and interesting case file to provide educational training to fellow employees, visiting physicians, and community members. Film pertaining to special topics of interest and any problem films are collected for the consultative visits by the Contract Radiologist. Derives Quality Assurance data according to Indian Health Service standards and uses derived data to help establish proper maintenance and repair intervals for x-ray and processing machinery. Assures that x-ray and processing machinery are properly maintained and repaired by monitoring performance of maintenance contractor. Maintains clean, orderly, and safe working area. Assists medical officers in prenatal clinic and other female examinations as needed. Obtains routine and emergency electrocardiograms when requested by a physician. Maintains and periodically adjusts technique charts as necessary. Prepares and submits a monthly narrative and statistical report. Report is submitted to the Area x-ray Consultant through the Service Unit Director, with a copy to the Service Unit Director and his/her designee. Upon assignment by the Clinical Director or the Chief Medical Officer performs selected laboratory procedures, after orientation, instruction, and review by Laboratory Technician and/or physician Laboratory Supervisor. Subject to emergency callback and overtime in accordance with departmental policy and schedules. PERFORMANCE-BASED CONTRACTING: Performance-based contracting methods are intended to ensure that required performance quality levels are achieved and that total payment is related to the degree that services performed meet contract standards. SERVICE DELIVERY SUMMARY: 1) Performance Requirement: A) Quality of Performance. B) Shift Coverage. C) Documentation of Medical Records. D) Customer Service. 2) Performance Standard: A) Provide Diagnostic Radiologic Technologist Services as specified in the Statement of Work. B) As specified in the Statement of Work. C) Complete Medical Records in accordance with JCAHO requirements and requirements required by the Northern Cheyenne Service Unit. D) 5 of more customer complaints. 3) Method of Surveillance: A) Peer Reviews (i.e., written evaluations and periodic conferences between the contractor, project officer, and Clinical Director/Chief Medical Officer. B) Random Sampling by the project officer or his/her designee. C) Random Sampling by the project officer or his/her designee. D) Validated Complaints. 4) Deduction Schedule. A) 5% deduction from monthly invoice. B) 5% deduction from monthly invoice. C) 5% deduction from monthly invoice. D) 5% deduction from monthly invoice. SUPERVISION: Works under the supervision of the Laboratory Supervisor. Work is planned and conducted according to need under the guidance of the Laboratory Supervisor and is reviewed periodically for effectiveness and contribution to goals of the Radiology Program. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes have been made annually. 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. The Contractor shall comply with IHS facility infection control and safety procedures, practices, and standards. During the performance of the contract, the Contractor shall provide for the consistent performance of patient care processes according to the standards of the Joint Commission on Accreditation of Health Care Organizations (JCAHO), who supply accreditation to the Northern Cheyenne Service Unit, PHS Indian Hospital. PERIOD OF PERFORMANCE: 1080 Hours from March 28, 2005 through September 30, 2005. GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, SUPPLIES AND SERVICES: The Contractor will be authorized to use all areas of the facility made available to him/her. The Contractor must request clearance in order to access restricted areas of the facility, authorization must be granted and is to be used only for official business activities relating to job performance. The Contractor will be allowed to utilize copy machines, facsimile machines, libraries and telephone services and should only be utilized for official business activities relating to job performance. The Department will orientate the Contractor as to their specific duties and responsibilities. The Department will provide the Contractor with standard and specialized equipment and supplies needed for the performance and delivery of services including the use of a computer. The Department is responsible for getting the Contractor access and clearances to all pertinent ARMS; intranet; internet and computer services necessary to carry out his/her duties. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The project officer 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 Project Officer at the Northern Cheyenne Service Unit, PHS Indian Hospital, Lame Deer, Montana. The Contractor agrees to include the following information on each invoice: (1) Contractors name, address; (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. 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. 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. 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 2004): (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 following factors shall be used to evaluate offers and are included in the relative order of importance: (1) The contractor must submit a current, unrestricted state license - 25 POINTS; (2) The contractor must submit a Resume or Curriculum Vitae - 25 POINTS; (3) Two letters of reference from current or past employers (include phone numbers) - 25 POINTS; (4) Describe experience working with American Indians ? 25 POINTS. Award will be made on the basis of price and other factors representing the best value to the government. 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. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-7, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.219-6, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.245-1, 52.245-2, 352.202-1, 352-215-1, 352.215-70, 352.223-70, 352.224-70, 352.232-9, 352.270-2, 352.270-3, 352.270-4, 352.270-6, and 352.270-7. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 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 http://www.arnet.gov and http://www.hhs.gov/ogam/oam/procurement/hhsar.html. Contractors intending to conduct business with the Federal Government MUST register with the Department of Defense Central Contractor Registration (CCR) database. The CCR is the primary Government repository, which retains information on Government contractors. You may register via the Internet at http://www.ccr.gov or by calling (888) 227-2423 or (269) 961-5757. 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. 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 March 18, 2005. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your companys name and address. Offers will also be accepted by e-mail at bclaymore@mail.ihs.gov or by fax at (406) 247-7108.
 
Place of Performance
Address: PHS INDIAN HOSPITAL - NORTHERN CHEYENNE SERVICE UNIT - LAME DEER, MONTANA
Country: USA
 
Record
SN00762839-W 20050306/050304211949 (fbodaily.com)
 
Source
FedBizOpps.gov 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.