Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2009 FBO #2721
SOLICITATION NOTICE

Q -- Nurse Practitioner - White Cloud KS

Notice Date
5/7/2009
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
701 Market Drive Oklahoma City OK 73114
 
ZIP Code
73114
 
Solicitation Number
246-09-Q-0025
 
Response Due
5/22/2009
 
Point of Contact
Edson Yellowfish, Phone 405-951-3888
 
E-Mail Address
edson.yellowfish@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) 246-09-Q-0025. This procurement is 100% small business set-aside under NAICS code 621399 with a standard business size of $7.0M. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32, effective March 31, 2009. Contractor shall provide a firm, fixed-price hourly rate (all inclusive to include travel and per diem) for 820 hours, June 8 2009 to May 31 2010. Estimated start date is June 8, 2009. The closing date for receipt of quotes is May 22, 2009. 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 May 22, 2009. The offer must be submitted in a sealed envelope, addressed to this office, showing the solicitation number, and your name and address. Offers will also be accepted by fax at (405) 951-3771. Please do not email RFQ’s. Qualified vendors will review the following and submit applicable information. STATEMENT OF WORK - FAMILY NURSE PRACTITIONER (PERSONAL SERVICE) DESCRIPTION OF CONTRACT Contractor agrees to provide Family Nurse Practitioner services at the White Cloud Indian Health Station, White Cloud KS. The Contractor shall furnish Nurse Practitioner services described as follows: Provide medical treatment for chronic and acute medical conditions presenting to the White Cloud Health Station, White Cloud KS. Take patients history, perform appropriate physical examinations, and order appropriate diagnostic studies as available. Initiate contract care referrals to appropriate consultants or facilities for tests and consultations not available at White Cloud Health Station, White Cloud KS. Prescribe medications as needed for the treatment of medical conditions. Provide medical advice by phone on a limited basis for patients who call in. Generate legible documentation in the patient record concerning medical information gathered and orders for treatment and referral in E.H.R. as Appropriate. Perform appropriate paperwork such as patient referrals, work-release slips, insurance forms, ect., For legitimate requests for this following current medical evaluation or previous chart documentation by other medical providers. Comply with local standards of care and practice within scope of practice and credentialed procedures. As agreed, participate in the off-site public health activities of the clinic. As needed assist nurses in their duties including triage and care for patients. As needed participate and cooperate in performance monitoring and improvement activities of the clinic. As needed, participate in Joint Commission certification activities. PERIOD OF PERFORMANCE The period of performance is 06-08-2009 through 05-31-2010. SPECIAL TERMS AND CONDITIONS/CONTRACTOR QUALIFICATIONS Any contractor employees who provide direct patient care must meet the following requirements. 1. Rubella immunity must be documented either by a serologic test or proof of immunization. 2. A yearly PPD is required for all persons who have had no previous positive tuberculin skin test.\ 3. A series of three (3) Hepatitis B immunizations or serologic proof of past infection. 4. Comply with Indian Health Service (IHS) credentialing requirements (see paragraph D below.) 5. 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. VERIFICATION OF LICENSURE Provide a completed, signed, and dated Application for Medical Staff Appointment including the supporting documents as listed within the Application. Provide a completed, signed and dated request for clinical privileges. Inform the IHS of the status of all licenses including all reasons for each inactive or lapsed license. Obtain at least two letters of reference from health care providers whom have knowledge of the applicant’s clinical practice skills. Provide all information regarding performance and disciplinary action requested. REFERENCE MATERIAL Contractor shall be required to develop familiarity and abide by current policies procedures, by-laws, and regulations of clinical and medical staff of the White Cloud Health Station, White Cloud Ks. These will be made available upon request. The Contractor shall be required to perform services in compliance with applicable standards of the Joint Commission on Accreditation of Health Care Organizations (JCAHO) which are available to the general public. DELIVERY/REPORTING REQUIREMENT Contractor agrees to provide services at the White Cloud Health Station, White Cloud Ks. All medical records shall be completed prior to exiting this facility: if not, then the last payment will be withheld pending completion. SCHEDULE OF WORK Contractor shall report according to the following schedule: Week-end coverage – NA Federal Holiday – NA Weekday Coverage – 24 weekly as scheduled or as agreed upon by Contractor and clinic director. GOVERNMENT PROPERTY/STAFF/EQUIPMENT/SUPPLIES The government will provide the facilities, supplies, and the equipment of the White Cloud Health Station, White Cloud Ks. INVOICES An original invoice shall be submitted at the end of each month. The Contractor shall submit their invoice to: Oklahoma City Area Indian Health Service Attn: Financial Management 701 Market Drive Oklahoma City, OK 73114 The Contractor agrees to include the following information on each invoice: 1. Contractor’s Name 2. Invoice date 3. Purchase order number 4. Description of services 5. Quantity of services 6. Cost 7. Payment terms 8. Where practicable, the name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. VOICE PAYMENT Payment will be made on this contract as close as possible to; but not later than (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 of services required under this contract. Unless a different time period is stated elsewhere in this contract, inspections/acceptance required by this contract will be completed by the Government, not later then (5) Government working days after the services are rendered. Payment shall be made within the (30) days after the last day of the month during which this invoice covers. SERVICES RENDERED STATEMENT The Contractor agrees to submit a copy of the invoice to his/her superior (Project Officer – PO) each time an invoice is generated. The Project Officer will verify that these contracted services have been rendered and then issue a services rendered statement to the material management department to initiate payment. FEDERAL TORT CLAIMS ACT Federal Tort Claims Act coverage for medical related claims is extended to personal services contractors only when an incident of negligence is alleged 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 IHS. The services provided must have been within the scope of the personal services contract. CONTACT WITH INDIAN CHILDREN Individuals providing services that involve regular contact with, or control over, Indian children, are subject to character investigation, IHS personnel offices will conduct these investigations following award of a personal services contract unless in the judgment of the Contracting Officer, in consultation with the Personnel Officer, investigation maybe waived based on period 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. FEDERAL, STATE AND LOCAL TAXES Contractor understands that the Government does not pay any IRS requirement (taxes), insurance or any other benefit for the contractor under this contract. The contract price includes all applicable Federal, State, and Local taxes and duties. CONTRACT REPORTING REQUIREMENTS Contractor is to provide a tax-reporting requirements on a quarterly report, due 15 days after the quarter us complete not less than an annual basis giving evidence that the Contractor has made payment of their employment taxes. This deliverable is also based on the term of the contract, as a deliverable and reporting requirement each quarter. 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) two past performance references to include the contact name 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 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; (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 (Oct 2008), 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), 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 (Jan 2009) 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); 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 May 22, 2009. 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 Central Contracting Registration (CCR) database (reference www.ccr.gov) B) Propose and provide an all inclusive hourly rate for services. The estimated quantity is 820 hours for a one-year period. The estimated start date of award is June 8, 2009. C) Provide a “Temporary Waiver of Character Investigation” and “Declaration for Federal Employment” D) Certifications in ORCA at https://orca@bpn.gov. E) Completed, signed, and dated Application for Medical Staff Appointment including the supporting documents as listed within the Application. F) Completed, signed and dated request for clinical privileges G) Status of all licenses H) Two letters of reference from health care providers whom have knowledge of the applicant’s clinical practice skills. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-09-Q-0025/listing.html)
 
Place of Performance
Address: 3313 B Thrasher Road White Cloud, KS
Zip Code: 66094
Country: US
 
Record
SN01811777-F 20090509/090508101119 (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.