Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2008 FBO #2363
SOLICITATION NOTICE

Q -- PART TIME PHYSICIAN SERVICES AT WEWOKA, OK

Notice Date
5/14/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 3625 N.W. 56th, 5 Corp Plaza, Oklahoma City, Oklahoma, 73112
 
ZIP Code
73112
 
Solicitation Number
HHSI2462008Q0007
 
Point of Contact
Arlene T Belindo,, Phone: 405-951-3897
 
E-Mail Address
arlene.belindo@mail.ihs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
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. The solicitation is issued as Request for Quotes (RFQ) # HHSI2462008Q0007. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24, effective 3/31/2008. This procurement is a 100% small business set-aside under NAICS code 621111 with a standard business size of $9.0M. CLIN 0001, Contractor shall provide a firm, fixed-price hourly rate (all inclusive to include travel and per diem) for 240 hours, May 26, 2008 to December 31, 2008. DESCRIPTION OF REQUIREMENTS Contractor shall provide on-site physician services at the Wewoka Indian Health Center, Wewoka, Oklahoma, as follows: A. Number of patients to be seen and when services are needed will be determined by the Wewoka Indian Health Center Clinical Director. B. The Contractor shall examine, diagnose, and develop treatment plans and recommendations for patients seen. C. The Contractor shall recommend and refer paints to other Indian Health Service providers and CHS vendors within appropriate IHS guidelines. D. The Contractor will document services, education and treatment of patients in the SOAP format. E. The Contractor will be responsible for actions necessary for Joint Commission standard compliance and administrative policies as directed. F. The Government will provide the facilities, office, equipment and supplies for use by the Contractor. G. The Contractor shall provide consultative reports to be done at the time of examinations for the medical record, utilizing form IHS 803, PCC Ambulatory Encounter Record, furnished by the Government. H. The Government will provide assistance and orientation and guidance in seeing patients as well as receiving supplies, utilizing and ordering laboratory, x-ray and pharmacy services. PROFESSIONAL QUALIFICATIONS A. Verification of Licensure To ensure that physician providing services under this contract are properly licensed, and that the IHS is made aware of all disciplinary actions taken against each physician, the Contractor will: 1. Verify through the Federation of State Medical Boards data base, all active, inactive, and lapsed licenses that are held or have been held by physicians who provide services in IHS hospitals and clinics under this contract. 2. Inform the IHS of the status of all licenses for each physician who would provide services under this contract in IHS hospital and clinics, including all reasons for each inactive or lapsed license. 3. Obtain at least three (3) letters of reference from health care providers whom have knowledge of the applicant’s clinical practice skills. One letter must be from the Chief of Staff, or Service at the hospital where the physician holds or last held staff privileges. If the physician has just completed a residency, one letter must be from the residency program director or serve chief. 4. Provide all information regarding performance and disciplinary actions that is collected on physicians who would be placed under this contract to the receiving IHS facility Clinical Director. This includes all information that is collected and compiled on such physicians at the time of initial hire by the Contractor, and/or information that is reported during periods that the Contractor is an agent of such physicians for a placement under this contract. 5. Certify that all information obtained on physicians whom they would assign to IHS hospital and clinics has been reviewed and verified by the Contractor. The Certification must include a statement that the Contractor has found no reason to reject the physician’s application. The names of the contacts, their titles, telephone numbers, date of contacts and the name(s) of the Contractor’s representative(s) collecting and reviewing such information must be recorded in writing and made available to the IHS by the contractor. B. The Contractor shall provider physician(s) who meet the following minimum qualifications and requirements: (1) Current unrestricted license to practice medicine in the United States. (2) The physician(s) must be Board Certified in Family Practice or Board Eligible in Family Practice. This category may serve as a consultant(s) in Family Practice. (3) Physician(s) provided by the Contractor must apply and be accepted as Associate member of the Wewoka Service Unit Medical Staff. C. Evidence of 1, 2 and 3 above must be provided to the Contracting Officer prior to award of contract, however, it is recommended that credential (copies) accompany the bid in order to shorten the evaluation time. D. In providing such service, the Contractor will comply with the policies, procedures and by-laws of the Wewoka Service Unit. The Contractor will also be required to perform this service in compliance with applicable standards of the Joint Commission and Quality Improvement. 3. FEDERAL TORT CLAIM ACT This is a personal service contract. The Federal Tort Claims Act coverage for medical related claims is extended to personal services contractors only when an incident of negligence is alleges to have occurred during the delivery of services by a contracted health care provider in a facility owned, operated or constructed under the jurisdiction of the IHS. The services provided must have been within the scope of the personal services contract. 4. IMMUNIZATION RECORD Persons born after December 31, 1956, if awarded contract, must provide proof of immunity to Rubella and Measles prior to award of contract. Serological testing to confirm immunity and/or immunizations will be provided to the Government. Special considerations may be allowed to individuals, who are allergic to component of a vaccine, has history of severe reaction of a vaccine or who are currently pregnant. 5. CONTACT WITH INDIAN CHILDREN The contractor must perform in accordance with Section 231 of the Crime Control Act of 1990, P.L. 101-647 and the Indian Child Protection and Family Violence Prevention Act, P.L. 101-630, and failure to comply with these statutes will result in immediate removal. 6. GOVERNMENT FURNISHED FACILITIES/EQUIPMENT/SUPPLIES The Government will provide medical supplies and pharmaceutical supplies necessary and prescribed by the Contractor in providing physician services in accordance with Area Formulary and Service Unit Resources. The Government will provide nursing support, laboratory and x-ray services and medical and pharmaceutical supplies as necessary for physician services provided at the Wewoka Indian Health Center. 7. WORK SCHEDULE A. The Contractor shall provide on-site physician services and coordinate patient care with appropriate other IHS Departments, i.e., Nutrition, Medical, Business Office, CHS. B. The Contractor shall provide no more than 8 hours per day, 40 hours per week of on-site physician services during the period as scheduled: C. There will be no work performed on federally recognized holidays. D. Any changes to the preceding shall require mutual agreement of the Contractor and Contracting Officer’s Representative. 8. REPORTING REQUIREMENTS A. Reporting requirements shall include all patient care information required in performance of physician services in the individual patient charts utilizing Form HHS-803, PCC Ambulatory Encounter Record, furnished by the Government. B. The Contractor shall be required to provide an original and two (2) copies of invoices to Oklahoma City Area Indian Health Services, Division of Financial Management, Five Corporate Plaza, 3625 N.W. 56th, Oklahoma City, Oklahoma 73112. C. Each invoice shall include the following information: (1) Contractor’s name and Invoice Date. (2) Contract Number or other Authorization for delivery of services. (3)Description, price and quantity of services actually rendered. (4) Name, title, phone number, and complete mailing address of official to whom payment is to be sent. D. Invoices shall be submitted no later than ten (10) calendar days following last calendar day of the month. 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 (Nov 2007), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide the following: (1) completed “Temporary Waiver of Character Investigation” and “Declaration for Federal Employment” form (2) verification of indemnification (3) three past performance references to include the contact name and phone number, contract number, company name, brief description of project; (4) Dun and Bradstreet Number (note: Contractors must be registered in the Central Contractor Registration to be eligible for award. This can be done at http://www.ccr.gov). The provisions of 52.212-2, Evaluation – Commercial Items (Jan 1999) applies to this acquisition. The Government intends to award 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 and (4) compliance with Indian Child Protection requirements. All factors are equal in importance. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items (Nov 2007) or indicate certifications in ORCA at https://orca@bpn,gov. The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Items (Feb 2007), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 Central Contractor Registration (July 2006), 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007), 52.223-6 Drug-free Workplace (May 2001), 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 (Feb 2008) 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). Quotes are due by 4:30 pm CST, May 23, 2008, and must be delivered via Federal Express or UPS to the Indian Health Service, Division of Acquisition Management, 3625 NW 56th, 5 Corporate Plaza, Room 202, Oklahoma City, OK 73112, Attn: Arlene Belindo. Questions concerning this solicitation may be addressed to Arlene Belindo at 405-951-3897. Contracting Office Address: 3625 NW 56th, 5 Corporate Plaza, Room 202 Oklahoma City, OK 73112.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=59366314fc0c8f5bb707694734d3da13&tab=core&_cview=1)
 
Place of Performance
Address: Wewoka Indian Health Center, P. O. Box 1475, Wewoka, Oklahoma, 74884, United States
Zip Code: 74884
 
Record
SN01572564-W 20080516/080514215348-59366314fc0c8f5bb707694734d3da13 (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.