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 -- SCOPE OF WORK FOR PHYSICIAN

Notice Date
4/26/2010
 
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, Bemidji Area Office, 522 Minnesota Ave NW, Bemidji, Minnesota, 56601
 
ZIP Code
56601
 
Solicitation Number
WEPHY1JUNE7
 
Archive Date
5/27/2010
 
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 FOR PHYSICIAN WHITE EARTH HEALTH CENTER OGEMA, MN 5656 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 Physician 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 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 under which the contractor is subject to supervision and direction of a designated gov’t 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 contract physician will be authorized to use all areas of the medical treatment facility available to civil service and commissioned personnel in similar positions. The same restrictions apply to the contractor physician and any other Indian health service personnel to use areas for official business activities only. Each physician 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 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 the Chief of Medical Staff or designated representative. STATEMENT OF WORK: The contractor shall furnish Medical services for the Medical Dept. at the White Earth Health Center in Ogema, MN and /or it’s satellite clinic in Naytahwaush or Pine Point. 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 Clinical Director or designated representative will be the direct supervisor for the contractor. The contractor shall advise his/her immediate supervisor or representative of any problem 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. RESPONSIBILITIES: The Contract Physician shall provide emergency and routine general Medical Services for eligible patients (children, adults and elderly) at the White Earth Health Center and /or it’s satellite clinic in Naytahwaush or Pine Point.. The Clinical Director will monitor contractor activity. Specific Medical services shall include, but are limited to the following: 1. Diagnostic/examination, screening, initial and periodic. 2. Fully participates in medical staff functions. 3. Emergency care-diagnosis and treatment. 4. Maintain medical staff privileges. 5. Records patient provider transactions. QUALIFICATIONS: 1. Successful completion of a course of study leading to a Degree of Doctor of Medicine. 2. Must hold a current and unrestricted Medical license from any of the United States. 3. Must apply to and be accepted as a temporary member of medical staff. 4. Must apply for and have approved appropriate medical privileges by medical staff. 5. Must possess current basic life support (BLS) certificate. 6. Must possess documentation of continuing medical education. 7. Preference will be given to persons previously credentialed AT THE White Earth Health Center or IHS. PERIOD OF PERFORMANCE: The Contracting Physician will provide service at the White Earth Health Center, Ogema, MN and /or it’s satellite clinic in 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 weeks (depending on rate) beginning 7 June 2010, this contract will have a cap of $25,000. If requirement continues there will be a new solicitation and contract in accordance with Federal Acquisition Regulations. THERE WILL NOT BE AN EXTENSION, IF NEED CONTINUES A NEW CONTRACT WILL BE ISSUED. The Clinical Director 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 White Earth Health Center 40520 Co HWY 34 Ogema MN 56569 (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 The Contractor will maintain a log of invoices and balance of remaining contract dollars.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BEM/WEPHY1JUNE7/listing.html)
 
Place of Performance
Address: 40520 CO HWY 34, OGEMA, Minnesota, 56569, United States
Zip Code: 56569
 
Record
SN02132390-W 20100428/100426235126-b0efbe135512cfc19c5eee627b18c4bf (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.