Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
SOLICITATION NOTICE

Q -- PHYSICIAN CONSULTING SERVICES - WHITE CLOUD KS

Notice Date
7/14/2015
 
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, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
 
ZIP Code
73114
 
Solicitation Number
246-15-Q-0029
 
Archive Date
8/14/2015
 
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
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) 246-15-Q-0029. This procurement is 100% small business set-aside under NAICS code 621111 with a standard business size of $11.0M. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, effective July 2 2015. Contractor shall provide a firm, fixed-price hourly rate for approximately 600 hours. Estimated period of performance is August 1 2015 through July 31 2016. Estimated start date is August 1 2015. The closing date for receipt of quotes is July 20 2015. Offers shall be submitted to the Oklahoma Area Indian Health Service, 701 Market Drive, Oklahoma City, Oklahoma 73114, no later than 4:30 p.m., on July 20 2015. The offer must be submitted in a sealed envelope, addressed to this office, showing the solicitation number, and your name and address. Please do not email RFQ's. Qualified vendors will review the following and submit applicable information. No phone inquiries. Statement of Work (SOW) Physician Patient Care/Consultation Services White Cloud Indian Health Station, White Cloud, Kansas Contractor shall provide direct patient care and professional consultation and review of the Nurse Practitioner at the White Cloud Indian Health Station, 3313-B Thrasher Rd, White Cloud, Kansas, in accordance with the requirements of this (SOW) Contractor Qualifications: (1) Possess current full and unrestricted M.D. licensure; (2) hold current professional medical liability insurance; (3) successful completion of the credentialing requirements of the Oklahoma City Area Indian Health Service; (4) completion of procurement documents attached to this SOW. Performance Period: The performance period is approximately August 1 2015 through July 31 2016. Performance shall not exceed 600 hours per year. The contract hourly rate reimbursed to the contractor is all inclusive (i.e., professional fees, taxes, travel costs, etc.). Contractor Performance Requirements: Contractor shall perform the following, at home, or on site for the White Cloud Indian Health Station to: Contractor shall perform the following, on site for the White Cloud Indian Health Station to: Conduct a periodic review of patient medical records for visits performed by the Nurse Practitioner. Reviews should occur at least monthly. Documentation of those reviews shall be provided to the clinic supervisor upon request. Comments should include appropriateness of clinical decision making, utilization of resources/medications, and documentation. In addition, the contractor may provide opinion of the overall performance of the nurse practitioner during that time period. That documentation may at any time be forwarded to the Oklahoma City Area Chief Medical Officer for review. Also, at the discretion of the contractor and nurse practitioner, face to face performance reviews should occur at least monthly and may occur as frequently as every week. The contractor and the nurse practitioner will work to foster a team environment for shared medical decision making and direction of care. Contractor shall perform the following services on site: Provide direct patient care to White Cloud Health Station patients. Accept and direct the care of any patient that the nurse practitioner or staff, have requested consultation with. Particular patients may be specially selected for consultation. These may include those of high acuity, in need of a physician's opinion, or in need of a procedure not performed by the nurse practitioner. 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 (APR 2014), applies to this acquisition. In addition to the information required in FAR 52.212-1, Prospective contractors should provide the following: (1) Dun and Bradstreet Number (note: Contractors must be registered in the System for Award Management (SAM) to be eligible for award. This can be done at https://www.sam.gov/portal/public/SAM/) (2) Current M.D. license (3) Medical Liability Insurance $1 million/$3 million (4) Proof of ORCA certification (5) All-inclusive pricing rate for approximately 600 hours (6) two past references/recommendations The provisions of 52.212-2, Evaluation - Commercial Items (Oct 2014 ) 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) Qualifications (3) Past Performance; with 2 ranking highest, then 1, then 3. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2015) or indicate certifications in ORCA at https://orca@bpn,gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 System for Award Management (July 2013), 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 2015) 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). EVALUATION CRITERIA The due date for this requirement is July 20 2015 4:30 PM CT. All bids should be submitted via mail/fedex to: Oklahoma Area Indian Health Services, attn: Edson Yellowfish, 701 Market Drive, Oklahoma City OK 73114. 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 System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/) B) Propose and provide an all-inclusive hourly rate for services. The estimated quantity is 600 hours for a one-year period C) Current license as an M.D. D) Certifications in ORCA at https://orca@bpn.gov E) Medical Liability Insurance ($1million/$3million) F) Two past references
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-15-Q-0029/listing.html)
 
Place of Performance
Address: WHITE CLOUD INDIAN HEALTH STATION, 3313 B THRASHER ROAD, WHITE CLOUD, Kansas, 66094, United States
Zip Code: 66094
 
Record
SN03796551-W 20150716/150714235728-93046677622a362040b4cd206a880bdb (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.