Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2010 FBO #3031
SOLICITATION NOTICE

Q -- Family Practice Physician Services for Wewoka Indian Health Center - attachment - attachment - attachment - attachment

Notice Date
3/11/2010
 
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, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
 
ZIP Code
73114
 
Solicitation Number
246-10-Q-0022
 
Point of Contact
Cynthia L Rattler, Phone: 405.951.3989, Jennifer Farris, Phone: 405-951-3893
 
E-Mail Address
cindi.rattler@ihs.gov, jennifer.farris@ihs.gov
(cindi.rattler@ihs.gov, jennifer.farris@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Declaration for Fed Employment Wewoka Credentialing Package Waiver SF 18 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-0022 and is unrestricted. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38, effective February 1, 2010. The associated NAICS code is 621111, with a standard business size of $10.0M. Contractor shall provide a firm, fixed-price hourly rate (all inclusive to include travel and per diem) for Family Practice physician services. The Indian Health Service (IHS) intends to award a firm, fixed-priced, multiple award indefinite-delivery indefinite-quantity contracts with a base period plus four option years, with individual task orders issued against the base contract as needed. Propose pricing for (base year): April 1, 2010, or date of award to March 31, 2011; Option Year 1: April 1, 2011 to March 31, 2012; Option Year 2: April 1, 2012 to March 31, 2012; Option Year 3: April 1, 2013 to March 31, 2014; Option Year 4: April 1, 2014 to March 31, 2015. See the attached schedule. Evaluation of options shall not obligate the Government to exercise the option(s). DESCRIPTION OF REQUIREMENTS: Contractor shall provide on-site physician services at the Wewoka Indian Health Center, Wewoka, Oklahoma for not more than 1440 hours during the period April 1, 2010, through March 31, 2011. Service shall include but not limited to the following: A. Provide physician services to patients on-site at the Wewoka Indian Health Center, Wewoka, Oklahoma for the number of hours stated during specified time. B. Provide non-emergency medical treatment for chronic and acute medical conditions to patients presenting to the clinic through evaluation, diagnosis and treatment. C. Number of patients to be seen and when services are needed will be determined by the Wewoka Indian Health Center Clinical Director. D. The Contractor shall examine, diagnose, and develop treatment plans and recommendations for patients seen. E. The Contractor shall recommend and refer paints to other Indian Health Service providers and CHS vendors within appropriate IHS guidelines. F. The Contractor will document services, education and treatment of patients in the SOAP format. G. Prescribe medication as needed for patient's diagnosis and/or treatment. H. The Contractor will be responsible for actions necessary for Joint Commission standard compliance and administrative policies as directed. I. The Government will provide the facilities, office, equipment and supplies for use by the Contractor. J. 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. K. 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. L. Provide consultation to mid-level providers either verbally or by direct patient re-evaluation as needed. M. Generate legible documentation in the patient record concerning medical information gathered and orders for treatment and referral in the prescribed format. N. The Contractor shall be responsible for actions necessary for Joint Commission standard compliance and administrative policies as directed. O. The number of patients to be seen are estimated to be 20-24/day with a no show rate of 10-20%. PROFESSIONAL QUALIFICATIONS: A. The contractor must be fully licensed (current, unrestricted) in at least one state, the District of Columbia, the Commonwealth of Puerto Rico, or a territory of the United states. B. Must meet all requirements set forth in the Indian Health Service Manual - Credentials and Privileges section. C. The OCAIHS will only offer employment to physicians that have completed an accredited residency training program. 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. D. Physician(s) provided by the Contractor shall apply and be accepted as Associate member of the Wewoka Service Unit Medical Staff complying with all credentialing requirements of the Wewoka Service Unit. E. Evidence of A, B, and C, above must be provided to the Contracting Officer prior to award of contract, however, it is recommended that all credentialing documents (copies) requested by the service unit credentialing program accompany the quote in order to shorten the evaluation time. F. In providing such service, the Contractor will comply with the policies, procedures and Medical Staff Bylaws, Rules and Regulations of the Wewoka Service Unit. The Contractor shall also be required to perform this service in compliance with applicable standards of the Joint Commission. 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. Written evidence must be included in the completed Application to Medical Staff. 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. GOVERNMENT FURNISHED FACILITIES/EQUIPMENT/SUPPLIES: The Government will provide the facilities of the Wewoka Indian Health Center for use by the Contractor for the provisions of providing physician services to direct care patients. 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 service unit. 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, Contract Health Services (CHS). B. Clinic hours are 8:00 a.m. through 4:30 p.m. Monday through Friday. C. 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. D. There shall be no weekend work, holidays, or night shifts (12mn-8am) needed for this requirement. E. There shall be no work performed on federally recognized holidays. F. Any changes to the preceding shall require mutual agreement of the Contractor and Contracting Officer's Representative. 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 apply for and fill out all necessary documents required for security clearance and access to the Resource Patient Management System (RPMS). Physician shall utilize the existing documentation practices regarding the Electronic Health Record (EHR) system. C. The Contractor shall be required to provide an original and two (2) copies of invoices to Oklahoma City Area Indian Health Services, Office of Finance and Accounting, 701 Market Drive, Oklahoma City, Oklahoma 73114. D. Each invoice shall include the following information: (1) Contractor's name, tax identification number and Invoice Date; (2) Contract Number or other Authorization for delivery of services; (3) Description, price and quantity of services actually rendered; (4) Payment terms; (5) Other substantiating documentation or information as required by the contract; and (6) Name, title, phone number, and complete mailing address of official to whom payment is to be sent. E. Invoices shall be submitted no later than ten (10) calendar days following last calendar day of the month. F. The Contractor shall perform quality assurance activities that are acceptable for JCAHO certification regarding the monitoring of Family practice services at the Wewoka Service Unit and shall provide a quarterly quality assurance letter to the Clinical Director of the Wewoka Service Unit. This letter shall identify the kind of studies performed, results and recommendations. OTHER FACTORS: Contractor shall be required to develop familiarity with current policies, procedures, by-laws and regulations of the clinical and medical staff of the Wewoka Service Unit. EVALUATION: The Government intends to make multiple awards 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 offers: (1) Price = 30 POINTS (2) Professional Licensure = 15 POINTS (Offeror must have a current, unrestricted State license, and must provide evidence of medical license) (3) Board Certification in Family Practice or Board Eligible in Family Practice = 15 POINTS (4) Three Letter of Reference = 20 POINTS (Offeror must provide at least three letters of reference from other health care providers familiar with the contract physicians clinical practice skills. One letter must be from the Chief of Staff or another Staff member at the hospital in which the contract physician either holds or last held staff privileges. If the contract physician has just completed residency, one of the letters shall be from the residency program director or service chief) (5) Past Performance = 20 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. 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" and "Declaration for Federal Employment" form (2) verification of indemnification (3) three past performance references; (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). In order to be determined acceptable, quotes must include completed "Temporary Waiver of Character Investigation" and "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, Questionnaire for non-sensitive Positions and SF 87, Finger Print Forms. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2009) or indicate certifications in ORCA at http://orca.bpn.gov. The following FAR and HHSAR Provisions and Clauses apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sept 2006) 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) 52.212-1, Instructions to Offerors-Commercial Items (June 2008) 52.212-2, Evaluation - Commercial Items (Jan 1999) 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2009) 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009) 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (May 2009) 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) 52.223-6 Drug-free Workplace (May 2001) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997) 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) 352.270-12 Pro-Children Act (Jan 2006) 352.270-13 Tobacco-Free facilities (Jan 2006) 352.270-11 Privacy Act (Jan 2006) 352.270-12 Pro-Children Act of 1994 (Jan 2006) 352.270-13 Tobacco-free Facilities (Jan 2006) 352.270-17 Crime Control Act-Reporting of Child Abuse (Jan 2006) 352.270-18 Crime Control Act-Requirement for Background Checks (Jan 2006). 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. 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 April 1, 2010, or date of award through March 31, 2015. (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 1,440 hours; (2) Any order for a combination of items in excess of 1,440 hours; 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 March 31, 2015. 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. 52.237-7, Indemnification and Medical Liability Insurance (JAN 1997). a) It is expressly agreed and understood that this is a nonpersonal services contract, as defined in Federal Acquisition Regulation (FAR) 37.101, under which the professional services rendered by the Contractor are rendered in its capacity as an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over professional aspects of the services rendered, including by example, the Contractor's professional medical judgment, diagnosis, or specific medical treatments. The Contractor shall be solely liable for and expressly agrees to indemnify the Government with respect to any liability producing acts or omissions by it or by its employees or agents. The Contractor shall maintain during the term of this contract liability insurance issued by a responsible insurance carrier of not less than the following amount(s) per specialty per occurrence: $1 million/$3 million Aggregate. (b) An apparently successful offeror, upon request by the Contracting Officer, shall furnish prior to contract award evidence of its insurability concerning the medical liability insurance required by paragraph (a) of this clause. (c) Liability insurance may be on either an occurrences basis or on a claims-made basis. If the policy is on a claims-made basis, an extended reporting endorsement (tail) for a period of not less than 3 years after the end of the contract term must also be provided. (d) Evidence of insurance documenting the required coverage for each health care provider who will perform under this contract shall be provided to the Contracting Officer prior to the commencement of services under this contract. If the insurance is on a claims-made basis and evidence of an extended reporting endorsement is not provided prior to the commencement of services, evidence of such endorsement shall be provided to the Contracting Officer prior to the expiration of this contract. Final payment under this contract shall be withheld until evidence of the extended reporting endorsement is provided to the Contracting Officer. (e) The policies evidencing required insurance shall also contain an endorsement to the effect that any cancellation or material change adversely affecting the Government's interest shall not be effective until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer. If, during the performance period of the contract the Contractor changes insurance providers, the Contractor must provide evidence that the Government will be indemnified to the limits specified in paragraph (a) of this clause, for the entire period of the contract, either under the new policy, or a combination of old and new policies. (f) The Contractor shall insert the substance of this clause, including this paragraph (f), in all subcontracts under this contract for health care services and shall require such subcontractors to provide evidence of and maintain insurance in accordance with paragraph (a) of this clause. At least 5 days before the commencement of work by any subcontractor, the Contractor shall furnish to the Contracting Officer evidence of such insurance. Quotes are due by 4:30 pm CST, March 30, 2010, at the Indian Health Service, Division of Acquisition Management, 701 Market Drive, Suite 242A, Oklahoma City, OK 73114, Attn: Cynthia Rattler. Questions concerning this solicitation may be addressed to Cynthia Rattler at 405-951-3989. Contracting Office Address: 701 Market Drive, Suite 242A, Oklahoma City, OK 73114. Place of Performance: Wewoka Service Unit, Wewoka, OK 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-0022/listing.html)
 
Place of Performance
Address: Wewoka Indian Health Center, Highway 270 & 56 Junction, Wewoka, Oklahoma, 74884, United States
Zip Code: 74884
 
Record
SN02089574-W 20100313/100311234951-e0efb2a5b772eb5350a61fd76045c566 (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.