Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2013 FBO #4080
SOLICITATION NOTICE

Q -- Internal Medicine Physician Services

Notice Date
1/23/2013
 
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, Northern Navajo Medical Center, PO Box 160, US Highway 491 North, Shiprock, New Mexico, 87420-0160
 
ZIP Code
87420-0160
 
Solicitation Number
NNMC-PS-03-Readvertised(2)
 
Archive Date
2/14/2013
 
Point of Contact
Philoma Singer, Phone: 5053687031
 
E-Mail Address
philoma.singer@ihs.gov
(philoma.singer@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a solicitation for Physician Services; namely, Internal Medicine Physician in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. SOCIO-ECONOMIC CONSIDERATION: As provided in FAR 19, 19.201, General policy: (a) It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. PLACE OF PERFORMANCE: Northern Navajo Medical Center US HWY 491 North Shiprock, NM 87420 DESCRIPTION of SERVICE Requirements: This is a non-personal service contract for the provision of providing internal medicine services to Northern Navajo Medical Center patients. Applicant MUST have completed an internal medicine residency and preferably be Board Certified in Internal Medicine. PERIOD OF PERFORMANCE: Upon success credential and fingerprint clearance to December 31, 2013 Services shall be provided both in outpatient and inpatient settings, which includes services during evening and weekend hours when on call. Coverage includes a 5 bed ICU with patients requiring mechanical ventilation. In general, the Contract will be required to work 8 to 10 hour shifts daily or approximately 40-50 hours per week. Night call is approximately once per week, weekend call is approximately 1:6 depending on staffing. Recent experience with inpatient care and preferably ICU care is required. WORK SCHEDULE (Contractor will work either of the four 10 hour shifts) o Monday through Thursday - 7:30 a.m. to 5:30 p.m. o Tuesday through Friday - 7:30 a.m. to 5:30 p.m. Contractor may also be scheduled for the following: o Monday through Friday - 8:00 a.m. to 4:30 p.m. or 5:00 p.m. ON-CALL HOURS/PAGER CARRYING HOURS (Contractor will work night on-call once per week or on an as needed basis) 5:30 p.m. to 7:30 a.m. WEEKEND SCHEDULE (Contractor will work one weekend every 6-7 weekends) Saturday 7:30 a.m. through Sunday 5:30 p.m. The provider will provide consultation clinic services to new internal medicine patients that have ongoing health problems as well as continuity internal medicine clinics. The provider will provide direct patient care to patients that come through outpatient clinic and/or are admitted to our service unit. The provider will provide referral services if we cannot provide services here at NNMC. DUTIES: The contractor will provide direct cross-cover patient care to patients that are admitted to our Internal Medicine service in the Intensive Care Unit, or Medical/Surgical unit. The provider will be responsible for new admissions or consultations to the Internal Medicine service. The contractor will provide direct care services to patients in accordance with the Standards of Care established by recognized medical care organizations and in accordance with the policies and procedures of the service unit The Contractor will work primarily in the outpatient but will include inpatient setting providing inpatient and ICU care of a 5 bed ICU. They will also provide occasional outpatient clinic consultation. ADDITIONAL INFORMATION: Indian Health Service or Veterans Administration experience preferred. The Contractor shall provide direct care services to NAIHS patients under the terms of this contract, appropriate and timely medical services in accordance with the Standards of Care established by recognized medical care organizations and in accordance with the policies and procedures of the SU's Medical Staff Bylaws, Rules and Regulations. The Contractor shall provide services at the Shiprock Service Unit. There is some variability of daily and weekly hours based on workload, emergency cases, scheduling of cases and staffing variability. In general, the Contract will be required to work 3 shifts or approximately 40-50 hours per week. 1. The Contractor shall be subject to supervision and direction of the designated Government official. 2. Contractor shall be responsible for meals, and transportation. 3. Contractor may be sent home if the patient load does not require their services. 4. All state, federal, local taxes are to be included in the hourly rate. 5. We DO NOT accept fingerprints conducted by the Veterans Administration. Fingerprinting of contractors will be cleared and done prior to coming on board at Northern Navajo Medical Center. 6. HOUSING IS NOT AVAILABLE. 7. Only the Northern Navajo Medical Center Acquisitions personnel are authorized to make commitment on behalf of the Federal government. 8. Contractor will no longer be needed if the vacant position they are occupying is filled with a permanent employee. The contractor is here on an "as needed" basis. 9. Contractor must abide to Standard Precautions. NNMC provides safety supplies for employees to use to protect themselves. 10. Mandatory requirements are completed the first day at Northern Navajo Medical Center, prior to working. 11. The identification tag provided by NNMC will be worn at eye level position during work hours. 12. The contractor will abide to all government regulations, policies and procedures, failure to follow any of these requirements could result in termination. 13. The contractor will have access to the internet to use the Electronic Health Record. All documentation on patients will be completed prior to the contractor's shift is over. 14. Delinquent charts will be completed prior to the contractor completion of his/her contract at Northern Navajo Medical Center. If the delinquent chart is not completed the contract company will assume the responsibility of returning the contractor to Northern Navajo Medical Center to complete any outstanding delinquent charts. 15. Falsification of hours or any negative work performance, personal issues brought into the work site will not be tolerated while employed at NNMC. This practice could result in immediate termination of the contractor and the contract company will be notified through the Acquisition Office. 16. Complaints pertaining to the contractor will be submitted to the contracting company through the Acquisition Office for corrective actions and quality control purposes. CLINICAL PRIVILEGES The contractor must be credentialed and clinical privileges granted by the Northern Navajo Medical Center's clinical director or designee prior to providing services. The contractor must provide the following appropriate forms for privileging from the Northern Navajo Medical Center's credential's specialist upon award of this contract. 1) Completed Application for IHS Medical Staff Appointment 2) Privileges Request Form 3) Completed NPDB Query Form 4) Medicare/Medicaid Acknowledgement Form 5) Medical Staff Bylaws, Rules & Regulations Acknowledgement Form 6) All Hazards Plan Acknowledgement Form 7) Copies of ALL active state licenses (license must indicate an expiration date) 8) Copy of DEA Registration License / Controlled Substance 9) Copies of ALL Board Certifications 10) Copy of Medical School Degree 11) Copy of Residency Certificate(s) 12) Copy of NPI and UPIN Notification Letter 13) Copies of ECFMG (Educational Commission for Foreign Medical Graduates), if applicable 14) Copies of applicable BLS, ACLS, ATLS, PALS NRP (As indicated in Rules & Regulations) 15) Copies of CME (Continuing Medical Education) for past 2 years 16) Copy(s) of malpractice insurance 17) Current Photo (Driver's License or Passport) 18) Curriculum Vitae The contractor must retain certification and licensure status as defined below throughout the term of the contract. Current and valid documents shall be provided to the Northern Navajo Medical Center's Credentialing Coordinator upon renewal of said documents. Valid current full and unrestricted license in all State, District of Columbia, the Commonwealth of Puerto Rico, or a Territory of the United States. Retain US Citizenship. Health status allowing physical and mental ability to carry out required functions. This is to be verified on an annual basis by the employing agency or a copy of a physical examination. CLIENT BACKGROUND Many of the patients served may only speak a native language and reside on the reservation. The contractor should be able to show sensitivity to cross-cultural and languages differences and have the ability to work through interpreters as necessary for non-English speaking patients. In situation where interpretation is required, the Northern Navajo Medical Center's staff will provide these services. ****FINGERPRINTING CARD FBI-FD 258 (PROVIDED BY THE FEDERAL GOVERNMENT) FINGERPRINTING MUST BE CLEARED AND APPROVED PRIOR TO THE START DATE. SOLICITATION: The solicitation number for this procurement is NNMC-PS-03-Readvertised and is a Request for Quotation (RFQ). The North American Industry Classification System (NAICS) is 621111 - Offices of Physicians (except Mental Health Specialists). The Government anticipates award of a Firm Fixed Price contract. The Government intends to evaluate proposals based on compliance with solicitation requirements, technical capabilities, prior performance and cost. The Government intends to award one contract as a result of this solicitation. An award will made based on the requirements and evaluation factors. It is the firm's or individuals' responsibility to be familiar with applicable provisions and clauses. APPLICABLE PROVISIONS AND CLAUSES The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition (the full text of a clause may be accessed electronically at this address: FAR: https://www.acquistion.gov): The following Provisions and Clauses apply to this solicitation and are incorporated by full text: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (Feb 1998)This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text upon request the Contracting Officer will make their full text available. 52.202-1 Definitions (Jul 2004) 52.203-3 Gratuities (Apr 1984) 52.203-5 Covenant Against Contingent Fees (Apr 1984) 52.203-7 Anti-Kickback Procedures (Jul 1995) 52.204-3 Taxpayer Identification (Oct 1998) 52.204-7 Central Contractor Registration (Apr 2008) 52.222-3 Convict Labor (Jun 2003) 52.223-6 Drug-Free Workplace (May 2001) 52.229-3 Federal, State, and Local Taxes (Apr 2003) 52.232-1 Payments (Apr 1984) 52.232-8 Discounts for Prompt Payment (Feb 2002) 52.232-18 Availability of Funds (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. (Oct 2003) 52-233-1 Disputes (Jul 2002) 52.237-3 Continuity of Services (Jan 1991) 52.243-1 Changes - Fixed Price (Aug 1987) 52.246-4 Inspection of Services - Fixed Price (Aug 1996) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984) 52.249-4 Termination for Convenience of the Government (Services) (Short Form) (Apr 1984) 52.249-8 Termination for Default (Fixed-Price Supply and Service) (Apr 1984) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government; (1) When no longer needed for contract performance. (2) Upon completion of the Contractor employee's employment. (3) Upon contract completion or termination. (c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements. (d) The Contractor shall insert the substance of clause, including this paragraph (d), in all subcontracts when the subcontractor's employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer. FAR 52.237-7 Indemnification and Medical Liability Insurance. INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE (JAN 1997) (a) It is expressly agreed and understood that this is a non-personal 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 Contractors 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. (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 Governments 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. Additional Health & Human Service Acquisition Regulation (HHSAR) clauses: 352.202-1 Definitions 352.224-70 Confidentiality of information 352.232-9 Withholding of contract payments 352.249-14 Excusable delays 352.270-5 Key personnel 352.270-11 Privacy Act 352.270-13 Tobacco-free facilities 352.270-18 Crime Control Act - Requirement for background checks 352.270-19 Electronic information and technology accessibility GENERAL INSTRUCTIONS CV/Profiles, candidate direct contact telephone number, three recent (WITHIN 3 years) reference letters with valid, working phone numbers and availability dates of the candidate shall be submitted by EMAIL as an attachment on one PDF file. Other company information such as cover letter, pricing, quote, certificate of liability, status etc. shall be submitted by EMAIL as a second PDF file attachment. Documents are to be submitted to Philoma Singer, Contract Specialist in the Acquisitions Department at Northern Navajo Medical Center, US HWY 491 North, Shiprock, NM, 87420 or via email to Philoma.singer@ihs.gov. Phone number: (505) 368-7031. Final proposals are due NO LATER THAN January 30, 2013 by 3:00 PM Mountain Standard Time. CONTRACTING OFFICE ADDRESS: PO Box 160 US Highway 491 North Shiprock, New Mexico 87420-0160 PRIMARY POINT OF CONTACT: Philoma Singer, Contract Specialist Email: philoma.singer@ihs.gov Phone: 505 368 7031 Fax: 505 368 6490
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/GPO16835/NNMC-PS-03-Readvertised(2)/listing.html)
 
Place of Performance
Address: US Hwy 491 North, Shiprock, New Mexico, 87420, United States
Zip Code: 87420
 
Record
SN02970689-W 20130125/130123234449-7955e9ee6c6c07dfc0e722a09851bed2 (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.