Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
SOLICITATION NOTICE

Q -- Nurse Practitioner - Haskell KS - temporary waiver

Notice Date
7/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
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
246-11-Q-0021
 
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
child addendum temporary waiver 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) 246-11-Q-0021. This procurement is 100% small business set-aside under NAICS code 621399 with a standard business size of $7.0M. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, effective July 5 2011. Contractor shall provide a firm, fixed-price hourly rate for both regular Nurse Practitioner services (1152 hours), and Diabetic Nurse Services (384 hours) at the Haskell Indian Health Center in Lawrence, Kansas. The period of performance for this requirement is one year from beginning date with an approximate beginning date of July 25 2011. STATEMENT OF WORK FAMILY NURSE PRACTITIONER A. DESCRIPTION OF CONTRACT Contractor agrees to provide Family Nurse Practitioner services at the Haskell Health Center in Lawrence, KS. The Contractor shall furnish Nurse Practitioner services described as follows: 1. Provide medical treatment for chronic and acute medical conditions presenting to the Haskell Health Center in Lawrence, KS. 2. Take patients history, perform appropriate physical examinations, and order appropriate diagnostic studies as available. 3. Initiate contract care referrals to appropriate consultants or facilities for tests and consultations not available at the Haskell Indian Health Center. 4. Prescribe medications as needed for the treatment of medical conditions. 5. Provide medical advice by phone on a limited basis for patients who call in. 6. Generate legible documentation in the patient record concerning medical information gathered and orders for treatment and referral in E.H.R. as Appropriate. 7. Perform appropriate paperwork such as patient referrals, work-release slips, insurance forms, ect., for legitimate requests for this following current medical evaluation or previous chart documentation by other medical providers. 8. Comply with local standards of care and practice within scope of practice and credentialed procedures. 9. As agreed participate in the off-site public health activities of the clinic. 10. As needed assist nurses in their duties including triage and care for patients. 11. As needed participate and cooperate in performance monitoring and improvement activities of the clinic. 12. Under direction of Diabetes Management Coordinator, will assist with coordination, planning, implementation, evaluation, and documentation of the Diabetes Management Program activities. 13. Will evaluate and enter data associated with the Special Diabetes program. 14. Will assist in coordinating and teaching educational classes related to diabetes. 15. Assist in evaluation of youths at risk of becoming diabetic. Also assist with events, classes, and physical fitness activities. 16. Diabetes Management education counseling and lifestyle coaching may be provided with in-home visits. 17. Will attend educational workshops or meetings as deemed necessary by the Diabetes Management coordinator. 18. As needed participate in Joint Commission certification activities. B. PERIOD OF PERFORMANCE The period of performance is one year from start date, approximately July 25 2011. C. SPECIAL TERMS AND CONDITIONS/CONTRACTOR QUALIFICATIONS Any contractor employees who provide direct patient care must meet the following requirements. 1. Rubella immunity must be documented either by a serologic test or proof of immunization. 2. A yearly PPD is required for all persons who have had no previous positive tuberculin skin test. 3. A series of three (3) Hepatitis B immunizations or serologic proof of past infection. 4. Comply with Indian Health Service (IHS) credentialing requirements (see paragraph D below.) 5. 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. D. VERIFICATION OF LICENSURE 1. Provide a completed, signed, and dated Application for Medical Staff Appointment including the supporting documents as listed within the Application. 2. Provide a completed, signed and dated request for clinical privileges. 3. Inform the IHS of the status of all licenses including all reasons for each inactive or lapsed license. 4. Obtain at least two letters of reference from health care providers whom have knowledge of the applicant's clinical practice skills. 5. Provide all information regarding performance and disciplinary action requested. E. REFERENCE MATERIAL Contractor shall be required to develop familiarity and abide by current policies procedures, by-laws, and regulations of clinical and medical staff of the Haskell Health Center, Lawrence, KS. These will be made available upon request. The Contractor shall be required to perform services in compliance with applicable standards of the Joint Commission on Accreditation of Health Care Organizations (JCAHO) which are available to the general public. F. DELIVERY/REPORTING REQUIREMENT Contractor agrees to provide services at the Haskell Health Center, Lawrence, KS. All medical records shall be completed prior to exiting this facility: if not, then the last payment will be withheld pending completion. G. SCHEDULE OF WORK Contractor shall report according to the following schedule: Week-end coverage - NA Federal Holiday - NA Weekday Coverage - 32 weekly as scheduled or as agreed upon by Contractor and clinic director. H. GOVERNMENT PROPERTY/STAFF/EQUIPMENT/SUPPLIES The government will provide the facilities, supplies, and the equipment of the Haskell Health Center, Lawrence, KS. I. SERVICES RENDERED STATEMENT The Contractor agrees to submit a copy of the invoice to his/her superior (Project Officer - PO) each time an invoice is generated. The Project Officer will verify that these contracted services have been rendered and then issue a services rendered statement to the material management department to initiate payment. J. CONTACT WITH INDIAN CHILDREN Individuals providing services that involve regular contact with, or control over, Indian children, are subject to character investigation, IHS personnel offices will conduct these investigations following award of a personal services contract unless in the judgment of the Contracting Officer, in consultation with the Personnel Officer, investigation maybe waived based on period 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. K. FAR 52.237-7 INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE (JAN 1997) (a) It is expressly agreed and understood that this is a non-personal service contract, as defined in Federal Acquisition Regulation (FAR) 37.101, under which the (b) 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 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: $1,000,000.00 per occurrence/$3,000,000 aggregate. (c) 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. (d) Liability insurance may be on either an occurrence 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 that 3 years after the end of the contract term must also be provided. (e) 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. (f) 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. 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. 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" and "Declaration for Federal Employment" form (2) verification of medical liability insurance (3) two past performance references to include the contact name phone number, contract number, company name, brief description of project (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). Failure to do so will deem the quote unacceptable. 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) Professional Licensure (Offeror must have a current, unrestricted State license, and must provide evidence of medical license); (3) Two Letters of Reference (Offeror must provide at least two letters of reference from other health care providers familiar with the contractors' skills. One letter must be from the Chief of Staff or another Staff member at the hospital in which the contractor either currently or last held staff privileges); (4) Past Performance (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 two 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. Award will be made to the lowest-priced, technically acceptable. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2011) or indicate certifications in ORCA at https://orca@bpn,gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (June 2010), 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 (May 2011) 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). Quotes are due by 4:30 PM CST, July 20 2011, 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: Edson Yellowfish. Questions concerning this solicitation may be addressed to Edson Yellowfish at 405.951.3888. Contracting Office Address: 701 Market Drive, Suite 242A, Oklahoma City, OK 73114. Place of performance: Haskell Indian Health Center, 2415 Massachusetts Street, Lawrence Kansas. Primary point of contact: Edson Yellowfish, Contract Specialist, edson.yellowfish@ihs.gov Phone 405.951.3888. 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 rate for services. The estimated quantity is 1152 hours for regular Nurse Practitioner services, and 384 hours for Diabetic Nurse Practitioner services, with an estimated start date of July 25 2011. C) Provide a "Temporary Waiver of Character Investigation" form, and "Declaration for Federal Employment." D) Certifications in ORCA at https://orca@bpn.gov E) Current License F) Medical Liability Insurance G) Past performance references H) Two letters of reference
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-11-Q-0021/listing.html)
 
Place of Performance
Address: Haskell Indian Health Center, 2415 Massachusetts Street, Lawrence, Kansas, 66046, United States
Zip Code: 66046
 
Record
SN02495548-W 20110714/110712234411-59a719c22db3d4906fc67e1be4ba7316 (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.