Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2001 FBO #0028
PRESOLICITATION NOTICE

Q -- Obstetric Specialty Clinic

Notice Date
12/28/2001
 
Notice Type
Presolicitation Notice
 
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
RFQ10-02-006
 
Response Due
1/14/2002
 
Archive Date
1/29/2002
 
Point of Contact
Jay Windyboy, Contract Specialist, Phone 406.247.7064, Fax 406.247.7108, - Evelyn Lucero-Juneau, Contract Specialist, Phone 406.247.7063, Fax 406.247.7108,
 
E-Mail Address
jay.windyboy@mail.ihs.gov, evelyn.juneau@mail.ihs.gov
 
Description
FOR A COMPLETE SOLICITATION PACKAGE, PLEASE CONTACT OUR OFFICE. STATEMENT OF WORK ? Obstetric Services PURPOSE: The mission of the Fort Peck Service Unit Indian Health Service (I.H.S.) is to provide the best possible support to the I.H.S. Health Centers through the recruitment and placement of physicians and other health professionals. The purpose of this procurement action will be for the provision of Obstetric Services, the Fort Peck Service Unit proposes to contract all of its prenatal, intrapartum, and postpartum care to a qualified provider through the award of a Non-Personal Health Care Contract (Commercial Item). DUTIES/DESCRIPTION: 1. Services to include an organized course of prenatal care by a qualified provider to be provided on-site at the Poplar and Wolf Point Indian Health Service Clinics, and a plan of care for delivery at a contracted healthcare facility. After delivery, the Contractor must provide records of care for both mother and child to ensure continuity of care with other Fort Peck Service Unit health care services. 2. To provide Obstetric Specialty Clinic services to pregnant and postpartum patients referred by physicians of the Fort Peck Service Unit. These services shall include: examinations, diagnostic recommendations; second opinions; prescribing; recommending treatment, and follow-up for patients. On-site services will be provided one (1) day per week for 52 weeks. Time of service will be between the hours of 8:00 am to 5:00 pm. Contractor will be responsible for his/her own travel costs. Nursing assistance will be provided by I.H.S. for the Specialty Clinic. 3. Contractor shall provide OB and hospital services at a contract facility with adequate personnel, including nursing, anesthesia and surgical/obstetrical providers as well as personnel to provide newborn care from birth. Services such as anesthesia, OB, pediatric coverage and competent OB nursing staffing must be continuously available. 4. Contractor must be able to provide a documented and clearly defined path of referral to hospital care for the normal OB patient as well as for the patient that develops complications during pregnancy or delivery, such as diabetes, increasing blood pressures, fetal irregularities or other complications. 5. If care is needed at a tertiary center, the Contractor providing OB care will be required to maintain a formalized and seamless referral and transport pattern to the tertiary center. PERIOD OF PERFORMANCE: Performance of this contract shall be for a twelve (12) month period from February 1, 2002, through January 31, 2003. If the government exercises the options pursuant to Federal Acquisition Regulation (FAR) 52.217-9 ? Option to Extend the Term of the Contract (MAR 1989), the period of performance shall be extended in accordance with the following schedule: Year Option Period Base Year One Year from time award. Option Year One (1) Completed at time of award. Option Year Two (2) Completed at time of award. CREDENTIALS: 1. Provide verification of current, unrestricted state license, certification, or registration, as applicable, to practice independently in their professional field. 2. It is the responsibility of the contractor to maintain the appropriate medical licensures and privileges throughout the duration of the contract. 3. One letter of reference. 4. Curriculum vitae/resume 5. The selected vendor must apply for medical staff privileges at the Fort Peck Service Unit. 6. If the perspective contractor has already been credentialed, please state so and the Fort Peck Service Unit will verify. INSURANCE: 1. Indemnification and Medical Liability Insurance, FAR 52.237-7. 2. Contracting Officer, Indian Health Service, must obtain evidence of insurance PRIOR TO AWARD (FAR 37.402) ESTIMATE: BASE YEAR ($____________ x 52 Visits Per Year) = $____________ OPTION 1 = $____________ OPTION 2 = $____________ TOTAL FOR BASE BID AND EACH OPTION YEAR = $____________
 
Place of Performance
Address: USPHS INDIAN HEALTH CENTER, Fort Peck Service Unit, P.O. Box 67, 107 H Street, Poplar, Montana
Zip Code: 59255
Country: United States
 
Record
SN20011230/00010360-011229090120 (fbodaily.com)
 

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.