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 Consulting Pyshciatrist Services for OCAO IHS - Declaration for Federal Employment - Child Care Addendum - Schedule - Waiver of Character

Notice Date
11/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621112 — Offices of Physicians, Mental Health Specialists
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
 
ZIP Code
73114
 
Solicitation Number
246-10-Q-0007
 
Point of Contact
Jennifer Farris, Phone: 405-951-3893
 
E-Mail Address
jennifer.farris@ihs.gov
(jennifer.farris@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Waiver of Character Investigation form Estimated scheduled--fill out to hourly rate and submit Child Care Addendum form Declaration for Federal Employment form 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) # 246-10-Q-0007 and is a 100% small business set aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37, effective October 14, 2009. The associated NAICS code is 621112, with a standard business size of $10.0M. Contractor shall provide a firm, fixed-price hourly rate for consulting Psychiatrist services. The Indian Health Service (IHS) intends to award a firm, fixed-priced indefinite-delivery indefinite-quantity contract with a base period plus four option years, with individual task orders issued against the base contract as needed. Propose pricing for (base year): January 1, 2010 to December 31, 2010 (or one year from date of award); Option Year 1: January 1, 2011 to December 31, 2011; Option Year 2: January 1, 2012 to December 31, 2012; Option Year 3: January 1, 2013 to December 31, 2013; Option Year 4: January 1, 2014 to December 31, 2014. See the attached schedule. Evaluation of options shall not obligate the Government to exercise the option(s). DESCRIPTION OF REQUIREMENTS: 1. The Contractor shall provide general psychiatric services including direct patient care to adolescents, children and adults and staff consultation on an as needed basis. Services will include but not limited to the following: a. Clinical psychiatric examination, observation, diagnosis and treatment and rendering recommendations for further treatment. b. Consultation with Indian Health Service staff, development of treatment plans for clinical monitoring of patients with diagnoses of mental disorders. c. In addition to onsite clinics, the contractor will provide emergency telephone consultation at the request of an Indian Health Service staff member at on additional cost to the government. Each clinic session shall provide patient care or consultation and information for patients with appointments scheduled. Clinics will be conducted during normal duty hours of 9:00 am to 4:00 pm on select days agreed to by both the contractor and the clinic. There shall be one clinic each week on a day agreed on by the contractor and Clinic staff. Patient appointments shall be scheduled from 9:00 am to 4:00 pm. 2. Minimum Professional Qualifications: a. Must possess an M.D. degree and have a current unrestricted license to practice medicine in the State of Oklahoma or be eligible for such licensure within 120 days after the initiation of the contract. b. Must have successfully completed a three (3) year residency program approved by the American Board of Psychiatry and Neurology. c. Although covered by Government Tort on a case by case basis, the contractor may opt to consider additional professional liability insurance at his/her own expense. d. Should have a minimum of 2 years experience/knowledge of working with Native American beliefs and spirituality. Contractor shall have a minimum of 2 years experience in working with a diverse population of Native American people exhibiting various adult psychopathologies. e. For purposes of Joint Commission of Accreditation of Hospitals the psychiatrist must be capable of obtaining medical staff membership and privileges in accordance with the credentialing procedures of the Indian Health Service. f. Evidence of (a) through (d) above must be submitted to the Contracting Officer prior to contract award to be able to supply official documentation that such aspects are in process and will successfully meet such requirements as specified in (a), however, it is recommended that credentials accompany offer to shorten evaluation time. 3. Reporting Requirements All patient care and consultation will be documented in the patient medical record. All information will be the sole property of the Oklahoma Area Indian Health Service. 4. Work Schedule Contractor will provide three (3) 8 hour clinics, per week starting when the contract is signed, continuing for one year. These clinics will be at various locations within the Oklahoma City Area of the Indian Health Service determined to need coverage providing psychiatric care by the Chief Medical Officer, the Director of Behavioral Health OCAO or by a request from the CEO of the Service Unit making a request. Contractor will be on duty 9:00 am to 4:00 pm with a one hour lunch from 12 to 1 pm. Clinic staff will be responsible for maintaining the appointment schedule for the Psychiatrist and will also be responsible for ongoing patient care between appointments with the Psychiatrist. Contractor may also be required to provide psychiatric services via the OCAO Clinic Tele-Psychiatry network to various points within the Oklahoma Area. 5. Reference Material Psychiatry services shall be provided in accordance with the minimum standards set forth in the "Principles of Medical Standards and Ethics" of the American Medical Association. 6. Government Furnished Facilities/Supplies The Government will provide the facilities, equipment, supplies and pharmaceuticals of Indian Health Service for use by the contractor for provision of psychiatry services. 7. Privacy Act Services under this contract are performed in accordance with the requirement of provisions of P.L. 930579 and applicable agency regulations. 8. Rights in Data It is requested that the contract include a provision which will prohibit the contractor from publicizing or disseminating any information without the specific prior approval of the Contracting Officer as required by HHSAR-352.227-1. 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 Office will conduct these investigations following the award 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. 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. WORK SCHEDULE A. Hours are 9:00 a.m. through 4:00 p.m. Monday through Friday. B. There shall be no weekend work, holidays, or night shifts (12mn-8am) needed for this requirement. C. There shall 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. 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 (June 2008), 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", "Declaration for Federal Employment", and "Addendum to Declaration for Federal Employment" forms and (2) 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). In order to be determined acceptable, quotes must include completed "Temporary Waiver of Character Investigation", "Declaration for Federal Employment", and "Addendum to Declaration for Federal Employment" forms. If offeror fails to complete and return the forms, the quote will be rejected as unacceptable. The successful offeror shall be required to complete the following background investigation forms: SF 85, Questionaire for non-sensitive Positions and SF 87, Finger Print Forms. The provisions of 52.212-2, Evaluation - Commercial Items (Jan 1999) applies to this acquisition. The Government intends to award two (2) purchase orders from this solicitation to the responsible offerors 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 offers: (1) Price = 25 POINTS (2) Professional Licensure = 25 POINTS (Offeror must have a current, unrestricted psychiatry license) (3) Board Certification = 25 POINTS (Offeror must be board eligible or certified in child/adolescent psychiatry) (4) Past Performance = 25 POINTS. The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts/jobs. The offeror must list at least three contracts/jobs and include the following information. (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service/Employment; (4) Total contract value/Hourly wage; (5) Description of contract work/Job duties; (6) Contracting Officer/Company Manager and telephone number; (7) Program/Project Manager and telephone number, if applicable. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) or indicate certifications in ORCA at http://orca.bpn.gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 Central Contractor Registration (April 2008), 52.204-8 Annual Representations and Certifications (Feb 2009), 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007), 52.223-6 Drug-free Workplace (May 2001); 352.202-1 Definitions (Jan 2006), 352.215-1 Instructions to offerors-Competitive acquisition, 352.223-70 Safety and Health (Jan 2006), 352.224-70 Confidentiality of Information (Jan 2006), 352.270-2 Indian Preference (Apr 1984), 352.270-3 Indian Preference Program (Jan 2006), 352.270-11 Privacy Act (Jan 2006), 352.270-12 Pro-Children Act (Jan 2006), 352.270-13 Tobacco-Free facilities (Jan 2006), 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 (Sept 2009) applies to this acquisition. The following FAR and HHSAR clauses apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sept 2006); 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from January 1, 2010 through December 31, 2014. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule; 52.216-19 Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $1, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of $5.5 million; (2) Any order for a combination of items in excess of $5.5 million; or (3) A series of orders from the same ordering office within 365 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source; 52.216-22 Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make -any deliveries under this contract after December 31, 2014; 52.217-9, Option to Extend the Term of the Contract (Mar 2000), (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years; 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 (Feb 2009); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Quotes are due by 4:30 pm CST, November 25, 2009, and must be delivered via Federal Express or UPS to the Indian Health Service, Division of Acquisition Management, 701 Market Drive, Suite 242A, Oklahoma City, OK 73114, Attn: Jennifer Farris. Questions concerning this solicitation may be addressed to Jennifer Farris at 405-951-3893. Contracting Office Address: 701 Market Drive, Suite 242A, Oklahoma City, OK 73114. Place of Performance: Oklahoma City Area of the Indian Health Service United States Primary Point of Contact: Jennifer Farris, Contract Specialist, jennifer.farris@ihs.gov Phone: (405) 951-3893 Fax: (405) 951-3771.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-10-Q-0007/listing.html)
 
Place of Performance
Address: 701 Market Drive, Oklahoma City, Oklahoma, 73116, United States
Zip Code: 73116
 
Record
SN01999136-W 20091107/091106000116-7bfe9be7b43c4b8212323779e596a293 (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.