Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
SOLICITATION NOTICE

Q -- Physician Care/Consultation Services - White Cloud KS - temporary waiver forms

Notice Date
4/12/2010
 
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-0030
 
Archive Date
5/7/2010
 
Point of Contact
Edson Yellowfish, Phone: 405-951-3888
 
E-Mail Address
edson.yellowfish@ihs.gov
(edson.yellowfish@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Character waiver forms 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-0030. This procurement is 100% small business set-aside under NAICS code 621111 with a standard business size of $10.0M. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40, effective March 23, 2010. Contractor shall provide a firm, fixed-price hourly rate for 300 hours, May 1 2010 - April 30 2011. Estimated start date is May 1 2010. The closing date for receipt of quotes is April 23 2010. 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 April 23 2010. The offer must be submitted in a sealed envelope, addressed to this office, showing the solicitation number, and your name and address. Please do not email RFQ's. Qualified vendors will review the following and submit applicable information. Statement of Work (SOW) Physician Patient Care/Consultation Services White Cloud Indian Health Station, White Cloud, Kansas Contractor shall provide direct patient care and professional consultation and review of the Nurse Practitioner at the White Cloud Indian Health Station, 3313-B Thrasher Rd, White Cloud, Kansas, in accordance with the requirements of this (SOW) Contractor Qualifications: (1) Possess current full and unrestricted M.D. licensure; (2) hold current professional medical liability insurance; (3) successful completion of the credentialing requirements of the Oklahoma City Area Indian Health Service; (4) completion of procurement documents attached to this SOW. Performance Period: The performance period is April 1, 2010 to March 31, 2011. Performance shall not exceed 300 hours per year. The contract hourly rate reimbursed to the contractor is all inclusive (i.e., professional fees, taxes, travel costs, etc.). Contractor Performance Requirements: Contractor shall perform the following, at home, or on site for the White Cloud Indian Health Station to: Conduct a review of no less than 20% of the medical records patients served by the Nurse Practitioner during the previous evaluation period. Advise the Nurse Practitioner of practical methods of improving clinical care, charting, etc. Contractor reviews shall occur at least once a month. At the discretion of the Contractor and Nurse Practitioner, bi-monthly reviews may occur. The Contractor shall perform the following services on site at the White Cloud Indian Health Station: Provide direct patient care to patients who have been referred by the Nurse Practitioner, Pharmacist, or Nursing staff The Contractor shall provide a monthly written assessment on the clinical performance and charting duties performed by the Nurse Practitioner. The assessment shall be submitted with the Contractor's monthly invoice. Additionally, a copy of the assessment shall be provided to the Oklahoma City Area Chief Medical Officer. The assessment shall include, but is not limited to: Findings on chart reviews and recommendation if needed. Other concerns or positive findings noted during chart review process. The Chief Medical Officer's address is: Oklahoma City Area Indian Health Service Attn: John Farris, CMO 701 Market Dr Oklahoma City, OK 73114 Further clarification of responsibility/liability of consultant 1) The nature of the review being for internal quality improvement purposes only 2) The consultant service is not intended to be supervisory - the consultant is not acting in a sponsoring physician role. 3) The nurse practitioner's entire practice legal liability falls under the responsibility of the sponsoring Chief Medical Officer in Oklahoma City and the IHS. Contractor Invoice Requirements Invoices shall be submitted to the Facility Director - Kelly Battese, and to the government office designated in this contract in order to receive payment. To constitute a proper invoice, the invoice must include the following information and/or attached documentation: Name of business and invoice date. Contract number or other authorization for delivery of services Description, price, and quantity of property and services actually delivered or rendered. Shipping and payment terms, and such other substantiating documentation or information as required by the contract. Name (where practicable), title, telephone number, and complete mailing address of responsible official to whom payment is to be sent. Invoices shall be submitted to: Oklahoma City Area Indian Health Service Attn: Finance 701 Market Dr Oklahoma City, OK 73114 Or fax invoices to Finance at 405-951-3873 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) 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) compliance with Indian Child Protection requirements. If items 2 and 3 are all within the bid, then item 1 (price) will be the determining factor for award. 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 April 23 2010. 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 300 hours for Physician Patient Care/Consultation services, during a one-year period. The estimated start date of award is May 1 2010. C) Provide a "Temporary Waiver of Character Investigation" and "Declaration for Federal Employment" D) Certifications in ORCA at https://orca@bpn.gov. E) Proof of Medical Insurance G) Status of all licenses
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-10-Q-0030/listing.html)
 
Place of Performance
Address: 3313 B Thrasher Road, White Cloud, Kansas, 66094, United States
Zip Code: 66094
 
Record
SN02118974-W 20100414/100412234513-4605d56941c1ea443fa3ec2f15d31e05 (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.