Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2009 FBO #2905
SOLICITATION NOTICE

Q -- PART TIME PHARMACIST AT THE WHITE EARTH HEALTH CENTER, OGEMA MN 56569-

Notice Date
11/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813920 — Professional Organizations
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Bemidji Area Office, 522 Minnesota Ave NW, Bemidji, Minnesota, 56601
 
ZIP Code
56601
 
Solicitation Number
WEHC002
 
Archive Date
11/25/2009
 
Point of Contact
Todd Sonnek, Phone: 2189836275
 
E-Mail Address
todd.sonnek@ihs.gov
(todd.sonnek@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A PART TIME POSITION CONSISTING OF ONE (POSSIBLY TWO) DAYS A WEEK BASED ON VOLUME. THE CURRENT HOURLY RATE IS $70.00 PER HOUR. SCOPE OF WORK FOR PHARMACIST (PT) WHITE EARTH HEALTH CENTER OGEMA, MN PURPOSE OF CONTRACT: The mission of the White Earth Health Center in Ogema, MN is to deliver quality care in order to attain positive health outcomes for all our valued patients with emphasis on cultural sensitivity and human dignity. To meet the mission, the White Earth Health Center requires a trained Pharmacist to support and assist in temporary duties assigned at the clinic. Individuals providing services under contract, which involve regular contact with, or control over, Indian children, are subject to a character investigation in accordance with “Indian child protection and family violence prevention act” P.L. 101-630. The Indian health service personnel office will conduct these investigations following award of a 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 Character Investigation has been completed and the contracting officer notified, such individual should not have unsupervised contact with Indian children. The contracting officer has the authority to temporarily wave the character investigation of a contractor. The “Agreement to a Temporary Waiver of Character Investigation” authorizes an agency to hire a contractor prior to the completion of a background check provided that at all times the contractor is within the sight and under the supervision of a government employee who has successfully completed the national agency check with written inquires (NACI) The need for services is expected to remain constant during the term of the contract period. Therefore, the contractor shall maintain the continuity of services to the maximum extent possible. Each contract resulting from this solicitation shall: (A) Be a fixed-price health care services contract. (B) Allow the government to evaluate the quality of professional and administrative services provided, but retain no control over the medical, professional aspects of the services rendered (e.g. Professional judgments, diagnosis for specific medical treatments); (C) Require the contractor to ensure that its subcontracts for provision of health care services contain the requirements of the clause a far 52.237-7 (section i-4), including the maintenance of medical liability insurance. CONTRACTOR FURNISHED PROPERTY The Indian health service does not anticipate a need for contractor furnished equipment. GOVERNMENT FURNISHED PROPERTY, FACILITIES, AND SERVICES The contract Pharmacist will be authorized to use all areas of the Pharmacy department available to civil service and commissioned personnel in similar positions. The same restrictions apply to the contract Pharmacist and any other Indian health service personnel to use areas for official business activities only. Each Pharmacist shall be provided with an orientation to the service unit and the Indian community being served. Clinical personnel shall provide the orientation. The clinic shall provide all equipment and pharmacy supplies deemed necessary to provide Pharmacist care at the clinic with the exception of those items to be supplied by the contractor as listed. The clinic shall provide all required blank government forms applicable to the Indian health service. Clinical personnel will also provide appropriate orientation to the necessity of such forms. The clinic shall provide an ongoing method of monitoring and evaluation of the quality of services performed before the level of performance becomes unacceptable. STATEMENT OF WORK: The contractor shall provide Pharmacist services for the Pharmacy Dept. At the White Earth Health Center in Ogema, MN. The contractor shall perform services compatible with the medical facilities operating capacity and equipment. The contractor shall provide services for Indian health service beneficiaries served by the clinic. Contract performance shall be according to the requirements contained in this statement of work. The Chief of Pharmacy or designated representative will conduct the evaluations on the Contractors performance. The Contractor shall advise the Chief of Pharmacy or designated representative of any problem(s) encountered, or which may be encountered, in connection with meeting the needs of patients served by the pharmacy dept. The Contractor shall report continuing problem(s) of any nature of the I.H.S. Project Officer. RESPONSIBILITIES: The Contract pharmacist shall provide emergency and routine general Pharmacy Services for eligible patients (children, adults and elderly) at the White Earth Health Center. The Chief of Pharmacy will monitor contractor activity. QUALIFICATIONS: 1. Must be actively licensed and certified within the United States 2. Must meet all requirements for credentialing and privileging outlined in the Medical Staff By-Laws of the White Earth Health Center 3. Will perform care in accordance with IHS nursing practice and JCAHO standards. PERIOD OF PERFORMANCE: The Contracting Pharmacist will provide service at the White Earth Health Center, Ogema, MN. Duty hours are eight (8) hours per day 8:00 am to 4:30 pm with a ½ hour lunch break. ONLY ONE TO TWO DAYS PER WEEK depending on patient volume. Contractor shall work up to 5 days a week to be scheduled by Chief of Pharmacy or designee. The Chief of Pharmacy or designated representative may extend day schedule of work requires. Overtime hours are only to be used when absolutely necessary and approved by the project officer. Scheduled days will exclude recognized federal holidays; Columbus Day Veterans Day Thanksgiving Day Christmas Day New Years Day M.L. King Day Presidents’ Day Memorial Day Independence Day Labor Day This contract will terminate when period of performance expires or if funds availability imposes constraints. REPORTING REQUIREMENTS: INVOICE SUBMISSION AND PAYMENT The Contractor shall submit a signed and approved invoice to request payment on at least a monthly basis. (a) The Contractor shall submit an original invoice to: Attn: Accounts Payable Aberdeen Area Indian Health Service Division of Financial Management 115 4th Avenue Southeast Room 309 Federal Building Aberdeen, South Dakota 57401 (b) The Contractor shall include the following information on each invoice in accordance with the Prompt Payment Act (5 CFR Part 1315.9(b)): 1. Contractor’s name; 2. Invoice number and date; 3. Entire award number or other authorization number for delivery of goods or services; 4. Description (including dates of service), price, and quantity of goods and services rendered; 5. Shipping and payment terms; 6. DUNS number and Taxpayer Identifying Number (TIN); and 7. Contact name (where practicable), title and telephone number. Payment shall be made by the Aberdeen Area Financial Management Branch, Room 309 Federal Building, Aberdeen, South Dakota 57401 A detailed weekly invoice must be submitted to the Property & Supply clerk or designee with proper signature authority no later than 12:00pm on Monday of the following workweek completed. The Contractor will maintain a log of invoices and balance of remaining contract dollars. The Project Officer/Clinical Director or designated representative shall monitor the Contractor’s technical/post progress and promptly inform the Contracting Officer of any problems or potential problems they encounter. The government reserves the right to accept or reject services if the level of work is unsatisfactory
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BEM/WEHC002/listing.html)
 
Place of Performance
Address: 40520 COUNTY RD 34, OGEMA, Minnesota, 56569, United States
Zip Code: 56569
 
Record
SN01998853-W 20091107/091105235650-211244a3dc67a3860e24e929b4d11850 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.