Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2013 FBO #4158
SOLICITATION NOTICE

Q -- ER Physician

Notice Date
4/11/2013
 
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
SSU-FY13-334-PS
 
Archive Date
5/3/2013
 
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
The schedule beyond June, 2013 has not been drafted; however, services ARE to be required. Please ENSURE all applicants have 3 references with working phone numbers, the contact number for the submitting physician and copies of board certification, licenses and DEA certifications with dates attached to profiles for this bid. Profiles / CV s will be screened for such. This RFQ is for a Non Personal Service Contract for ONE Emergency Medical Physician services to be performed at Indian Health Services, Northern Navajo Medical Center, Shiprock, New Mexico. The statement of work is attached. The required services are to commence upon successful credential/cleared fingerprints through December 31, 2013. Tour of Duty: Evening, Tues., 6/18/13 Evening, Wed., 6/19/13 Evening, Thur., 6/20/13 Night, Tues., 6/25/13 Night, Wed., 6/26/13 Night, Thur., 6/27/13 There are additional shifts scheduled quarterly that have not been identified; however, continued service is required of the contractor through the end of the performance period. We have 10 hour shifts. There is single coverage, except for 4-5 PM and 9PM-2AM. Day shift is 7AM-5PM. Evening shift is 4PM-2AM. Night shift is 9PM-7AM. Available shifts can come from a combination of weekday, weeknight and/or weekend shifts, including Holidays (Rates to be all inclusive). On the average, there will be 4 ten-hour shifts per pay period (two weeks), but that is only an average. This can vary greatly, depending on everyones schedule and availability. Contractors are sought to help fill the difficult gaps in the ER schedule. They are often put on the schedule for nights, weekends, holidays, and are often grouped into several shifts when needed during a short period of time. Sometimes, they are not scheduled for an extended period of time to ensure the other permanent doctors get enough shifts for their any -80- requirements. Sometimes, there is a need of several shifts to be filled within a short period of time. Even though not convenient, they frequently have to cover single shifts when needed. This can result in significant expense for those traveling a long distance, but cannot always be avoided. We aim to group shifts into at least two days in a row, but often that cannot be arranged. Contractors could have single shifts far apart from any other shift. Subspecialties we have for backup - we have backup from Family Medicine, Internal Medicine, Behavioral Health, OB/GYN, Pediatrics, General Surgery, Orthopedics and Podiatry. Type of cases that get shipped: we send out major trauma, orthopedics (when not on call), ophthalmology and psychiatry (when not on call) to nearby Farmington or Albuquerque, New Mexico. ****FINGERPRINTING CARD FBI-FD 258 (PROVIDED BY THE FEDERAL GOVERNMENT) FINGERPRINTING MUST BE CLEARED AND APPROVED PRIOR TO THE START DATE. INITIAL APPOINTMENT REQUIREMENTS: MINIMAL FORMAL TRAINING/CERTIFICATION: - Board certified in Emergency Medicine or Board Eligible due to having completed a Emergency Medicine Residency or; Board-certified in Internal Medicine or Family Medicine with long-term ED experience. - Successful completion of an ACGME or AOA approved graduate training program in Emergency Medicine. - Current ABEM or AOBEM certification. - Expertise to Emergency Medicine as demonstrated the exclusive practice of emergency medicine at a single site for at least two years and the recommendation of the chair of that department that the practitioner has the experience and skills required current emergency medicine CME, current ACLS, PALS and ATLS certifications. -Must possess a valid, current, full and unrestricted license from any State, District of Columbia, the Commonwealth of Puerto Rico, or a Territory of the United States. OTHER: -Must possess a current DEA license. -Must be Board Certified -Retain US Citizenship -Contractor shall furnish 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. -The contractor must be credentialed and clinical privileges be granted by the Northern Navajo Medical Center clinical director or designee prior to providing services. -The contractor must retain certification and licensure status throughout the term of the contract. -Contractor shall furnish a current immunization for MMR (Measles, Mumps, and Rubella) Diphtheria and Tetanus and DT Booster, PPD status, or as required by NA-IHS immunization policy. -Contractor shall provide documents to complete security procedures to include finger print cards prior to the start date. -Contractor is subject to character investigation as required by Public Law 101-630 - The Indian Health Child Protection and Family Violence Prevention Act prior to performance of a contract. DUTIES: -The Emergency Medical Physician shall provide services to patients in the Emergency Medicine department at the Indian health Services, Northern Navajo Medical Center, Shiprock, NM -The contractor shall provide direct clinical care to patients presenting or referred to the emergency department including patient evaluation, management, specialty consultation, clinical procedures and follow up/referrals. -The contractor shall provide consultation to providers and/or direct clinical care to patients in the walk-in clinic when directed by the chair emergency medicine or designee. -The contractor shall respond to in-hospital codes and provide emergency care as needed until relieved by the on-call attending or other appropriate hospital staff. -The contractor shall document all clinical encounters on the Emergency Room visit (VR) in accordance with the department of health records, polices, procedures and JCAHO standards. -The contractor shall review all laboratories and radiology reports referred to the urgent care during the contractors shift and make appropriate interventions of follow up arrangement in abnormal results. -The contractor shall perform other duties as assigned by the chair of Emergency Medicine department, Chief of Staff, Clinical Director or their designee. -The contractor provision of Emergency Medicine will be monitored by the Northern Navajo Medical Centers quality assurance plan. -May be subject to technical direction and/or guidance of the designated Government official. ADDITIONAL INFORMATION: -Indian Health Service or Veterans Administration experience preferred. CLIENT BACKGROUND: Many of the patients serviced 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 situations, where interpretation is required, the Northern Navajo Medical Centers staff will provide these services. CLINICAL PRIVILEGES: The contractor must be credentialed and clinical privileges granted by the Northern Navajo Medical Centers Chief Medical officer or designee prior to providing services. The contractor must obtain the appropriate forms for privileging from the Northern Navajo Medical Centers Chief Medical Officer upon award of this contract. The government reserves the right to issue a single award or multiple awards to the Schedule contractors (s) whose quotes (s) represents the best value as defined by FAR 2.101. In determining best value, the following factors will be considered: experience, qualification, price and past performance (agency) of each proposed candidate. NOTE: The government is only interested in the candidates that will provide service the entire performance period specified. The rate shall be an all inclusive rate of regular, over time, holiday worked, travel, per diem, lodging/housing, transportation, meals, taxes, and pay at a flat rate for all hours actually worked. Please submit quotes based on an all inclusive rate. No government housing available. There are motels, restaurants, mall, etc. in nearby towns of Farmington, NM and in Cortez, CO. THE CONTRACTOR DOES NOT RECEIVE HEALTH BENEFITS, PAID LEAVE, TSP, EDUCATIONAL FUNDS, MEALS AND TRANSPORTATION TO AND FROM THE JOB SITE. The government does not guarantee that the contractor will work the number of hours ordered. The hours ordered are only estimated. The government will pay only the actual hours the contractor works. On occasion, when the workload is insufficient, the contractor will be sent home. -FAR 52.237-7 Indemnification and Medical Liability Insurance. As prescribed in 37.403, insert the following clause: INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE (JAN 1997) (a) It is expressly agreed and understood that this is a nonpersonal 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. -P.L. 93-608, THE INDIAN HEALTH CHILD WELFARE ACT, REQUIRES ALL CONTRACTORS TO HAVE BACKGROUND CHECKS WHEN EMPLOYED AT I.H.S. Contractor employees shall have the right to obtain a copy of the background check pertaining to them and to challenge the accuracy and completeness of the information contained in the report. Profiles, contact number, three reference letters and availability dates shall be posted in EBUY as an attachment on one PDF file without exception. Quotes will be posted on EBUY. Profiles and quotes submitted outside EBUY will not be considered. PLEASE DO NOT SEND QUOTES VIA EMAIL. THE GOVERNMENT IS ONLY INTERESTED IN CANDIDATES THAT ARE AVAILABLE AND WILL STAY ON BOARD THE ENTIRE PERFORMANCE PERIOD STATED WITH NO BREAK IN SERVICE. If two or more agencies submit the same candidate, preference will be given to the agency with the lowest cost if the candidate is selected. Please, DO NOT submit candidates that will not be available for the performance indicated. Agencies with one of the following Socio Economic status will be considered first: 8(a), Hub Zone or Disabled Veteran. Contact person: Philoma Singer, philoma.singer@ihs.gov, (505)368-7031. The alternate will be contacted only if Philoma is out of the office. The alternate is Linda Conn, linda.conn@ihs.gov, (505)368-6089.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/GPO16835/SSU-FY13-334-PS/listing.html)
 
Place of Performance
Address: US Wy 491 North, Shiprock, New Mexico, 87420, United States
Zip Code: 87420
 
Record
SN03034021-W 20130413/130411234649-b5ca3918dc31972db34db2c0851e2ced (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.