Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
SOLICITATION NOTICE

Q -- Nephrologist Services - Clinton OK

Notice Date
6/29/2016
 
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
246-16-Q-0039
 
Archive Date
9/1/2016
 
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. This solicitation is issued as Request for Quotes (RFQ) #246-16-Q-0039. This procurement is a 100% small business set-aside under NAICS code 621111 with a standard business size of $11.0 million. Contractor shall provide a firm-fixed rate hourly rate for approximately twelve (12) hours a month, for a one year period of service. Estimated start date is September 1 2016. The closing date for receipt of quotes is July 20 2016 at 4:30 pm. 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 2016. 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 - NEPHROLOGY SERVICES I. General: This Statement of Work describes the requirement for the provision of nephrology services at the Clinton Service Unit including health centers at the Clinton Indian Health Center and the El Reno Indian Health Center. II. Background: The Clinton Indian Health Center is a Joint Commission accredited clinic. The inclusion of nephrology care by a board certified nephrologist is medical modality that has been deemed necessary to augment the clinical services due to the high prevalence of diabetes mellitus and hypertension within the service unit. This provision of care will enable patients to receive their nephrology care within the service unit and therefore prevent the patient from traveling to outside facilities for such care. Therefore, contracted nephrology services are necessary to support and supplement health care within the Service Unit. III. Scope: Provide diagnostic and treatment services and procedures as determined by evaluation and provide follow-up care as identified by treatment plan and outlined within Oklahoma statutes governing medical care. This includes but not limited to the completion of a physical exam, requests for diagnostic studies such as MRI, CT, x-ray, and ultrasounds; ordering of lab orders and interpretation of values, and developing and monitoring treatment plan for the patient. Services must be fully coordinated and integrated with the patient's primary care provider within the Service Unit with respect to services provided and professional relationships. IV. Responsibilities: a. Provide nephrology care as outlined within scope as noted above. b. Provide a minimum of twenty (20) patient encounters per clinic. Additional provider encounters shall be allowed and will be coordinated by specialty clinic manager. c. Communicate, in a timely fashion, to the referring primary care provider all clinical information necessary for continuity of care and documentation of quality of performance. d. Observe and assess patient's clinical condition; recognizing, identifying and interpreting situation and immediately deciding proper action and therapeutic care plan. e. Formulate proper diagnosis and develop plan of care for individual patients. f. Recommend proper therapeutic measures (exercise, diet, etc.) for augmenting services. g. Document all patient encounters in the patient's electronic health record by close of business. h. The Clinton Service Unit shall have the right to provide continual review of all patient encounters and ensure all required documentation is provided. i. Failure, on the part of the Contractor, to provide care as identified may result in the suspension of contract for services. j. Work is to be performed at within the Clinton Service Unit facilities. No payment will be rendered for services outside of the service unit. k. The Clinton Service Unit shall retain the right to implement additional contractor responsibilities if, during the course of the contract, additional responsibilities become necessary to maintain continuity of care and quality of performance, however, these additional responsibilities, if implemented, do not alter nor effect negotiated and contracted rate fees. l. The Clinton Service Units retains all rights to 3rd party collections. Vendor will be paid according to services provided as noted in section IX below. V. Period of Performance: one year from approximate start date of September 1 2016 VI. Contractor Qualification Requirements: Nephrologist must possess a current, unrestricted license and possess a current board certification in nephrology. Contractor is required to meet all Oklahoma City Area credentialing and Ongoing Professional Practice Evaluation requirements. Contractor shall complete and pass background investigation and service unit orientation prior to initiation of clinic operations. VII. Special Terms and Conditions: Contractor shall possess the following requirements: a. Rubella immunity must be documented either by serologic test or proof of immunization b. A yearly PPD is required for all persons who have had no previous positive tuberculin skin test c. A series of three (3) Hepatitis B immunizations or serologic proof of past infection is required Contractor will be granted authority to provide own personnel staff to assist with clinic operation. This shall be at no additional cost to the government and staff member must complete all background and orientation requirements. VIII. Schedule of Work: Contractor shall provide one eight (8) hour clinic at Clinton Indian Health Center and one four (4) hour clinic at the El Reno Indian Health Center. The Clinton Service Unit reserves the right increase additional hours of services as mutually agreed upon by Contractor. IX. Rates of Payment: Contracted rates shall be established as identified within the vendors quote for services and shall be invoiced on hourly rate based invoice and submitted to and as identified in sections IX and XIII of this Statement of Work. X. Indemnity and Insurance: The government assumes no responsibility of negligent acts of the Contractor. Therefore, the Contractor is responsible for personal insurance if the Contractor indicates that it is necessary. The Contractor will hold harmless and indemnify the government against any or all loss, cost, damage, claims, expense or liability whatsoever as a result from the performance of the Contractor. The Contractor will hold the Federal Government and its agents including the Clinical Director and the Governing Body immune from civil or professional liability for all acts related to quality care management and enforcement of this contract. XI. Government Furnished Information, Property and Services: All records of consultation, examination, surgeries/procedures and services of patients' required in the performance of this contract will remain the property of and subject to the exclusive control of the Clinton Indian Health Center. The Clinton Indian Health Center will provide materials, support staff and equipment necessary for the performance of this contract. The Contractor shall provide all services within the Clinton Service Unit. Contractor shall be provided VPN access to the RPMS/EHR if deemed necessary. XII. Invoicing Requirements a. The Contractor shall be required to provide an original and two (2) copies of the invoice to Oklahoma City Area Indian Health Service, Division of Financial Management, 701 Market Center Drive, OKC, 73114. b. Each invoice shall include the following information: i. Contractor's name and invoice date. ii. Contract number or authorization for delivery of services. iii. Description, price and quantity of services actually rendered. iv. Name, title, phone number, and complete mailing address of official to whom payment is to be sent. c. Invoice shall be submitted no later than ten (10) calendar days following last calendar day of the month. XIII. Contract Evaluation Contractor shall be evaluated yearly upon completion of each contract term. The government reserves the right to conduct evaluations more frequently if deemed necessary. Evaluation shall include patient/customer satisfaction, patient encounters/clinic, chart review and adherence to scope and contract term. Additional Info: Clinton Indian Health Center 10321 N. 2274 Road Clinton, OK 73601 El Reno Indian Health Center 1801 Parkview Drive El Reno, OK 73036 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 (Oct 2015), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide the following: 1)registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/); 2) two past performance appraisals including contract name, phone number, contract number, and brief description of project; 3) current license as a Nephrologist (any state or U.S. territory); 4) current medical insurance; 5) all-inclusive hourly pricing for services as a Nephrologist as outlined in Statement of Work. 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. Provisions of 52.212-3, Offeror Representations and Certifications-Commercial Items (Apr 2016) 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 (Jun 2016) 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); 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997); 352-270-18 Crime Control Act-Requirement for Background Checks (Jan 2006). EVALUATION CRITERIA Technical as well as price will be a deciding factor for award of a purchase order. The due date for this requirement is July 20 2016 4:30 PM CT. 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/. Please note that all parties interested in doing business with the Indian Health Services must be registered in the SAM database. B) Propose and provide an all-inclusive hourly rate for services. The estimated quantity is twelve (12) hours a month at both the Clinton Indian Health Center and El Reno Indian Health Center in western Oklahoma. C) Indicate proof of certifications in ORCA at https://orca@bpn.gov. D) Current license as a Nephrologist (any U.S. state or territory). E) Proof of current medical insurance in the appropriate amount of $1,000,000 per occurrence and $3,000,000 aggregate. F) Two past performance appraisals ** Please note that potential awardees will be required to pass a background investigation from the IHS Human Resource Department. This process may take up to two weeks **
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-16-Q-0039/listing.html)
 
Place of Performance
Address: CLINTON INDIAN HEALTH CENTER, 10321 N. 2274 ROAD, CLINTON, Oklahoma, 73601, United States
Zip Code: 73601
 
Record
SN04165712-W 20160701/160629234631-1b75aa4553b57013c79ed66d30254b96 (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.