Federal Bid

Last Updated on 19 Aug 2019 at 8 AM
Combined Synopsis/Solicitation
Indian Alaska

ECHOCARDIOGRAM INTERPRETATION SERVICES - PAWNEE OK

Solicitation ID 246-19-Q-0040
Posted Date 02 Jun 2019 at 7 PM
Archive Date 19 Aug 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Oklahoma City Area Office
Agency Department Of Health And Human Services
Location Indian Alaska United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotes (RFQ) 246-19-Q-0040 and shall be conducted on an unrestricted basis. All eligible and responsible businesses may submit a quote, which will be considered. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02, effective 05/06/2019. The associated NAICS code is 621111, with a standard business size of $11.0M.

Contractor shall provide firm-fixed pricing for Echocardiogram Interpretation Services at the Pawnee Indian Health Center, for a one year period of service. The Indian Health Service (IHS) intends to award a firm fixed-price award for the quote most advantageous to the Federal Government.

Estimated start date is August 1 2019. The closing date for receipt of quotes is June 21 2019 at 4:30 pm. Offers shall be submitted to the Oklahoma Area Indian Health Service, 701 Market Drive, Oklahoma City, Oklahoma 73114, no later than 4:30 p.m., on June 21 2019. The offer must be submitted in a sealed envelope, addressed to this office, showing the solicitation number, and your name and address. Please do not email RFQ's. Qualified vendors will review the following and submit applicable information. No phone inquiries!

A. Purpose:
Echocardiogram Interpretation Services for the Pawnee Health Center, 1201 Heritage Road, Pawnee, OK, period of one year from start date. The Contractor shall provide interpretations of Standard Echocardiograms and vascular studies (carotid, venous and arterial) by tele radiological means and direct observation. Interpretations will be completed by appropriate licensed, trained and privileged personnel and dictated/transmitted in a manner that can be received into the current RPMS/EHR system. Direct phone access to personnel will be provided, so that consultations can be made consistently and quickly. Cardiologist will make onsite programmatic reviews and technical assistance as necessary. The turnaround time for all final reports will be within a 72 hour period beginning upon completion of the exam.

B. PROCEDURES:
The vendor will provide interpretations for the following contracted procedures:

1. Echocardiogram
2. Carotid Duplex Complete Bilateral Doppler
3. Carotid Limited Ultrasound
4. Arterial Lower Duplex Doppler
5. Arterial Upper Duplex Doppler
6. Upper & Lower Extremity Venous ultrasound-Complete
7. Upper & Lower Extremity Venous ultrasound-Limited

C. HOURS OF SERVICE:
Interpretation services will be provided Monday through Friday 8:00 am to 4:30 pm and completed within 72 hours of the exam. Government offices are closed for all Federal holidays.

D. QUALIFICATIONS OF CONTRACTOR PERSONNEL:
The Contractor shall assure that all personnel (Cardiologists) are appropriately licensed and trained to provide interpretations of standard Echocardiogram and Vascular exams. Personnel must meet licensure requirements (any state) and maintain ongoing training and education to maintain the appropriate level of competency.

E. SPECIAL TERMS AND CONDITIONS:
Contractor shall maintain the security of patient data and comply with the Privacy Act of 1974.

F. FAILURE OR INABILITY TO PERFORM SERVICES:
Contractor shall provide 100% of all final reports in the 72 hour period after completion of exam as outlined in Section A. Project Officer for Pawnee shall submit quarterly progress reports to monitor this process. Contractor shall make provisions whereby unsatisfactory performance or untimely completion of interpretations will be addressed in a mutually agreed upon matter.

G. REFERENCE MATERIAL:
The vendor shall be required to develop familiarity and abide by current policies, procedures, by-laws, and regulations of clinical and medical staff of Pawnee Health Center in regards to documentation and safe guarding of patient information. These are available upon request from the Clinical Director at the USPHS Pawnee Health Center, 1201 Heritage Circle, Pawnee, OK 74058, telephone 918-762-6685.

H. EXTENT OF OBLIGATION:
The United States Government is obligated only for the authorized services listed in Item
A and B. Any modification to this contract will require prior approval by both parties before any additional obligations of the Government are incurred.

I. NEGOTIATED AUTHORITY:
The appropriate contract authority is 41 USC 253.

J. INVOICES:
An original invoice shall be submitted upon completion of services to:

Oklahoma City Area Indian Health Service
Office of Financial Management
Attn: Denise Karr
701 Market Drive
Oklahoma City, OK 73114

With a courtesy copy to:

Pawnee Health Center
Att: Sharla Van Winkle
1201 Heritage Circle
Pawnee, OK 74058
918-762-6687 FAX
918-762-6685 PHONE

Vendor understands the Government pays only for the actual service performed.

The Vendor agrees to include the following information on each invoice:

1. Vendor name
2. Invoice Date
3. Purchase Order number
4. Description of services
5. Quantity of services
6. Cost
7. Payment terms
8. Where practicable, name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent.

K. INVOICE PAYMENT:
Payment will be made on this contract as close as possible to, but not later than thirty (30) calendar days after an invoice containing the information set forth in the invoice submission article of this contract is received in the payment office designated in this contract. An invoice will be deemed received on the latter of:

The date the invoice is actually received in the designated payment office, or the date on which the government accepts the property or the services required under this contract.Unless a different time period is stated elsewhere in this contract, inspection/acceptance required by this contract will be complete by the government not later than five (5) Government working days after the services are rendered. Payment shall be made within thirty (30) days after the last day of the month during which this invoice covers.

L. FAR 52.237-7 INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE (JAN 1997)
(a) It is expressly agreed and understood that this is a non-personal service contract, as defined in Federal Acquisition Regulation (FAR) 37.101, under which the

(b) Professional services rendered by the Contractor are rendered in its capacity as an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over professional aspects of the services rendered, including by example, the Contractor's professional medical judgment, diagnosis, or specific medical treatments. The Contractor shall be solely liable for and expressly agrees to

Indemnify the Government with respect to it or by its employees or agents. The Contractor shall maintain during the term of this contract liability insurance issued by a responsible insurance carrier of not less than the following amount(s) per specialty per occurrence: $1,000,000.00 per occurrence/$3,000,000.00 aggregate.

(c) An apparently successful offeror, upon request by the Contracting Officer, shall furnish prior to contract award evidence of its insurability concerning the medical liability insurance required by paragraph (a) of this clause.

(d) Liability insurance may be on either an occurrence basis or on a claims-made basis. If the policy is on a claims-made basis, an extended reporting endorsement (tail) for a period of not less that 3 years after the end of the contract term must also be provided.

(e) Evidence of insurance documenting the required coverage for each health care provider who will perform under this contract shall be provided to the Contracting Officer prior to the commencement of services under this contract. If the insurance is on a claims-made basis and evidence of an extended reporting endorsement is not provided prior to the commencement of services, evidence of such endorsement shall be provided to the Contracting Officer prior to the expiration of this contract. Final payment under this contract shall be withheld until evidence of the extended reporting endorsement is provided to the Contracting Officer.

(f) The policies evidencing required insurance shall also contain an endorsement to the effect that any cancellation or material change adversely affecting the Government's interest shall not be effectiv3e until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer. If during the performance period of the contract the Contractor changes insurance providers, the Contractor must provide evidence that the Government will be indemnified to the limits specified in paragraph (a) of this clause, for the entire period of the contract, either under the new policy, or a combination of old and new policies.

The Contractor shall insert the substance of this clause, including this paragraph (f), in all subcontracts under this contract for health care services and shall require such subcontractors to provide evidence of and maintain insurance in accordance with paragraph (a) of this clause. At least 5 days before the commencement of work by any subcontractor, the Contractor shall
Furnish to the Contracting Officer evidence of such insurance.

M. FAR 52.224.2 PRIVACY ACT (APRIL 1984)
(a) The Contractor agrees to---

(1) Comply with the Privacy Act of 1974 (the Act) and the agency rules and regulations issued under the Act in the design, development, or operation of any system of records on individuals to accomplish an agency function when the contract specifically identifies---

i) The systems of records; and
ii) The design, development or operation work that the contractor is to perform

(2) Include the Privacy Act notification contained in this contract in every

solicitation and resulting subcontract and in every subcontract awarded
without a solicitation, when the work statement in the proposed subcontract
requires the design, development, or operation of a system of records on
individuals that is subject to the Act; and

(3) Include this clause, including this subparagraph (3), in all subcontracts warded under this contract which requires the design, development, or operation of such a system of records.

(b) In the event of violations of the Act, a civil action may be brought against the agency involved when the violation concerns the design, development, or operation of a system of records on individuals to accomplish an agency function, and criminal penalties may be imposed upon the officers or employees of the agency when the violation concerns the operation of a system of records on individuals to accomplish an agency function. For purposes of the Act, when the contract is for the operation of a system of records on individuals to accomplish an agency function, the Contractor is considered to be an employee of the agency.

(1) Operation of a system of records," as used in this clause, means performance of any of
The activities associated with maintaining the system of records, including the collection, use,
and dissemination of records.

(2) "Record," as used in this clause, means any item, collection, or grouping of information about
an individual that is maintained by an agency, including, but not limited to, education, financial
transactions, medical history, and criminal or employment history and that contains the person's
name, or identifying number, symbol, or other identifying particular assigned to the
individual, such as a fingerprint or voiceprint or a photograph.

(3) "System of records on individuals," as used in this clause, means a group of any records under
the control of any agency from which information is retrieved by the name of the individual or
by some identifying number, symbol, or other identifying particular assigned to the individual.

N. CONTACT WITH INDIAN CHILDREN
Individuals providing services which involve regular contact with, or control over, Indian children, are subject to a character investigation. IHS personnel offices will conduct these investigations following award of non-personal services contract unless in the judgment of the Contracting Officer, in consultation with the Personnel Officer, investigation may be waived based on prior investigations on file. Until the Contracting Officer has been notified of the result of the investigation, such individuals shall not have unsupervised contact with Indian Children.

CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil.

The provisions of 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide the following: (1) two past performance references to include the contact name phone number, contract number, company name, brief description of project (2) registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/) (3) updated licensing for all Cardiologists that will be providing services in requirement (4) proof of current medical insurance (5) pricing for all seven (7) procedures listed in Section B of Statement of Work

The provisions of 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this acquisition. The Government intends to award one from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Price; (2) Qualifications; (3) Past Performance.

Quotes will be evaluated on a 1-10 scale as follows: 10) Excellent, 8) Good, 6) Satisfactory 4) Marginal and 1) Unsatisfactory

Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) OR indicate certifications in ORCA at https://orca@bpn,gov.

The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 System for Award Management (July 2013), 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007), 52.223-6 Drug-free Workplace (May 2001), 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997), 352.224-70 Confidentiality of Information (April 1984), 352.270-17 Crime Control Act-Reporting of Child Abuse (Jan 2006) and 352.270-18 Crime Control Act-Requirement for Background Checks (Jan 2006).

The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (May 2019) applies to this acquisition. The following clauses apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sept. 2006); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997); 352-270-18 Crime Control Act-Requirement for Background Checks (Jan 2006).

EVALUATION CRITERIA

Technical as well as price will be a deciding factor for award of a purchase order. The due date for this requirement is June 21 2019 4:30 PM CT. THE INDIAN HEALTH SERVICE WILL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THESE EVALUATION CRITERIA AS FOLLOWS:

A) registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/. Please note that all parties interested in doing business with the Indian Health Services must be registered in the SAM database.
B) Propose and provide pricing for Echocardiogram Interpretation services. Vendor is expected to provide pricing for ALL types of Echocardiogram Interpretation services listed in Section B of Statement of Work. Vendor must be able to sync with the RPMS/EHR system located within the Pawnee Indian Health Center, and provide interpretations within the required turnaround time (72 hours). The estimated start date of award is August 1 2019.
C) Certifications in ORCA at https://[email protected].
D) Current license as a Cardiologist/Medical Doctor (any U.S. state or territory).
E) Proof of current medical insurance in the appropriate amount of $1,000,000 per occurrence and $3,000,000 aggregate.
F) Documentation of two past references.

*** any on-site services at the Pawnee Indian Health Center may be required to pass background investigation, which may take up to three weeks ***

 

Bid Protests Not Available

Similar Past Bids

Indian Alaska 03 Jul 2012 at 9 PM
Circle Montana 29 Jul 2011 at 9 PM
Indian Alaska 06 Jul 2010 at 9 PM
Indian Alaska 03 Mar 2015 at 6 PM
Indian Alaska 25 Aug 2013 at 7 PM