Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2010 FBO #3077
SOLICITATION NOTICE

Q -- Physician Assistant/Nurse Practitioner

Notice Date
4/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
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
WENPPA14MAY
 
Archive Date
5/21/2010
 
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
SCOPE OF WORK Physician Assistant/Nurse Practitioner WHITE EARTH HEALTH CENTER OGEMA, MN 56509 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 consulting Physician Assistant/Nurse Practitioner 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 waive 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 inquiries (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 under which the contractor is subject to supervision and direction of a designated government officer. (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 government will provide supportive pharmacy, scheduling and secretarial services The Contract Physician Assistant/Nurse Practitioner will be authorized to use all areas of the treatment facility available to civil health providers and commissioned personnel in similar positions. The same restrictions apply to the contract health provider and any other Indian Health Service personnel to use areas for official business activities only. Each Physician Assistant/Nurse Practitioner 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 Medical Staff Bylaws and Code of Ethics to Contract Physician Assistant/Nurse Practitioner. The clinic shall provide all equipment and medical supplies deemed necessary to provide medical 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. Contractor will be under the direct supervision of Clinical Director. STATEMENT OF WORK: Location: The contractor shall furnish medical services for the medical department at the White Earth Health Center in Ogema, MN. The contractor shall perform services compatible with the medical facilities operating capacity and equipment. The contract shall provide services for the Indian Health Service beneficiaries served by the clinic. Contract performance shall be according to the requirements contained in this statement of work. Preference: Preference will be given to Native American applicants and/or applicants who have experience working with Native American patients. Preference is also given to applicants with experience serving adults, children and youth of all ages. Preference will be given to applicants who have been credentialed at the White Earth Health Care Facility in the past. What is expected: This position is expected to treat 20 patients per eight-hour work day. The medical department will provide supports services for scheduling, mailing appointments, and secretarial support. Medication will be dispensed at the White Earth Health Center by pharmacy staff. The Clinical Director will conduct the evaluations on the contractor’s performance. The contractor shall advise the Clinical Director or designated representative of any problem(s) encountered, or which may be encountered, in connection with meeting the needs of patients served by the medical dept. The contractor shall report continuing problems of any nature to the I.H.S. Project Office Officer. This position is expected to complete and submit all billing packets within 7 business days of employment such as but not limited to (MN Uniform Health Care Application, MN DHS Provider Enrollment Form and Provider Agreement, Medicare/CMS, 8551, 855R, and all private insurance forms as requested). RESPONSIBILITIES: The Contract Physician Assistant/Nurse Practitioner shall provide emergency and routine general medical services for eligible patients (children, adults and elderly) at the White Earth Health Center. The Clinical Director will monitor activities. Specific Physician Assistant/Nurse Practitioner Services shall include, and are limited to the following: 1.Completes notes (or similar note-taking format) with appropriate medication directions using the current electronic health record patient encounter form. 2.Diagnostic/examination, screening, initial and periodic. 3.Fully participates in medical staff functions. 4.Maintain medical staff privileges. 5.Records patient provide transactions. QUALIFICATIONS: 1. Graduate of a regionally accredited Physician Assistant and/or Nurse Practitioner Program in the United States. 2. Must hold certification with national certifying organization (NCCPA) and/or current unrestricted nurse practitioner license from any of the United States. 3. Must possess and provide documentation of continuing education 4. Must apply for and have approved appropriate medical privileges by medical staff. 5. Must be able to bill for Services with MA, insurance or other third party providers. PERIOD OF PERFORMANCE: The Contracting Physician Assistant/Nurse Practitioner will provide service at the White Earth Health Center, Ogema, MN, or it’s satellites (Naytahwaush or Pine Point). Duty hours are eight (8) hours per day 8:00 am to 4:30 pm Monday through Friday with a ½ hour lunch break. Contractor shall work approximately 5 days a week to be scheduled by Clinical Director or designee. Contract will begin on 14 May 2010 and continue for 7 weeks or until funds of this award are exhausted. There will be a $25,000.00 limit on this contract. If the requirement continues beyond this award the position WILL BE RE-COMPETED in accordance with Federal Acquisition Regulations. THERE WILL NOT BE AN EXTENSION, THIS WILL BE A NEW CONTRACT. The Clinical Director or designated representative may extend day schedule if 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: A detailed weekly invoice must be submitted to the Property & Supply clerk or designee with proper signature authority no later than 12:00 pm on Monday of the following workweek completed. Contractor will maintain a log of invoices and balance of remaining contract dollars. The Director of Mental Health shall monitor the Contracting Physician Assistant/Nurse Practitioner’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. This will be a firm fixed unit price contract. The "Unit Price" is an all inclusive cost. All "inclusive cost" is defined to include travel, lodging, per diem, fringe benefits, i.e., life insurance, social security, federal, state, and local taxes, plus all other costs pertinent to the performance of this contract. “Unit Price” covers hours worked, payment will not be made for minimum hours, holidays or clinic closures.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BEM/WENPPA14MAY/listing.html)
 
Place of Performance
Address: 40520 CO HWY 34, OGEMA, Minnesota, 56569, United States
Zip Code: 56569
 
Record
SN02132322-W 20100428/100426235042-8052c7ffba911ac9ae5e0ff2c1b8c386 (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.