Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2016 FBO #5385
SOLICITATION NOTICE

Q -- Board Certified Family Practice Medical Provider for Fort Thompson Ambulatory Care Clinic

Notice Date
8/19/2016
 
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, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
 
ZIP Code
57401
 
Solicitation Number
16-095
 
Archive Date
9/9/2016
 
Point of Contact
Susan K. Davis, Phone: 6052267572, Connie R Valandra, Phone: 605-226-7567
 
E-Mail Address
susan.davis2@ihs.gov, connie.valandra@ihs.gov
(susan.davis2@ihs.gov, connie.valandra@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 FAR (Federal Acquisition Regulations) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is Request for Quote-16-095. The solicitation document incorporated provisions and clauses are those in effect through FAC (Federal Acquisition Circular) 2005-88. This is an Open-Market solicitation. NAICS code is 621111 - Office of Physicians (except Mental Health Specialists), Small Business Size Standard is $11.0 Million. The unit pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state, and local taxes) plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates. Contract Line Items: 1. Board Certified or Board Eligible Family Practice Medical Provider to work from 8am to 4:30pm, with half an hour lunch break, 5 days a week as needed, in the Ambulatory Care Clinic at the Fort Thompson Health Center in Fort Thompson, South Dakota as needed; 40 Hours @ ___________ /Hour, _____________ Total _____________ The Great Plains Area Office is soliciting proposals for a Firm Fixed-Price, Non-Personal Services Requirements Contract for a Board Certified or Board Eligible Family Practice Medical Provider for the Fort Thompson Health Center, 1323 BIA Rte. 4, PO Box 200, Fort Thompson, South Dakota 57339. Board Certified or Board Eligible Family Practice Physician Services include: (List is not all-inclusive.) 1. Physician to be certified in Basic Life Support (BLS) and Advanced Life Support (ALS) 2. Consultative, diagnostic, routine, and minor surgical care. 3. Examination, Diagnosis, Prognosis, Treatment Plan, Follow-up, and Consultation of all patients presenting for care. 4. Perform medical screening examinations for all patients presenting with urgent or emergent care. 5. Refer patients to appropriate contracted medical facilities and make arrangements for specialized care that is required but not available at the Fort Thompson Health Center. 6. Write initial admission orders and refer to the designated on-call IHS Physician. 7. Generate and maintain proper medical record information on beneficiaries to whom treatment is provided. 8. Prepare all medical record documentation to meet or exceed the established standards. The period of performance will be from Date of Award through August 31, 2017 as needed. INSTRUCTION TO OFFERORS: Proposal must contain the following documents in order to be considered responsive and eligible for an award: 1. If applicable, Licensure Requirement form with a copy of the license. 2. For each potential candidate, a completed and signed Agreement to a Temporary Waiver of Character Investigation form. 3. For each potential candidate, a completed and signed Optional Form 306 Declaration for Federal Employment. 4. For each potential candidate, a completed and signed Optional Form 306 Addendum to Declaration for Federal Employment. 5. Copy of Malpractice Insurance Coverage 6. Active, current, and unrestricted state license. 7. Good standing with the National Practitioner's Data Bank and Health Integrity Protection Data Bank. 8. Copy of a current physical examination (within the past 2 years) with current immunizations for MMR and DT. 9. Copy of current certification in BLS, ACLS. 10. Current CV/Resume. Complete the attached FAR and HHSAR (Health and Human Services Acquisition Regulations) provisions and clauses applicable to this acquisition, including: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2015). This must be submitted by the Offeror. See attachment for full text. See Section L for Past Performance Questionnaire Form. At least 3 and no more than 5 questionnaire forms shall be completed for evaluation purposes. FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award shall be made to the Lowest Price, Technically Acceptable offer. The following factors shall be used to evaluate offers: 1. Problem and Approach - A) Meets and maintains credentialing and privileging requirements defined by agencies such as IHS, CMS< AAAHC, etc. (25 points) B) Shall furnish their own support staff 110% of the time to assist the provider every clinic day. Staff meets certification/licensure and annual training requirements. (25 points) C) Provide contractual support with a Health Care Facility, (i.e. IHS, VA, etc.) in the past, fulfilling all obligations of contract, without incidence. (25 points) D) Contractor is 100% competent in the use of electronic health record or its equivalent. Completes all documentation by the next clinic day. (15 points) E) Participates in the Peer Review process and provides expertise for policy development and implementation for IHS providers to follow in their practice. (10 points) 2. Past Performance - Complete attached Past Performance Questionnaire: A) Identify one contract you consider to be the most successful with your reasoning. B) Identify, at least 3, other contracts of similar work and indicate your record of performance. C) Identify 5 other contracts of work you deem similar if you have no previous experience with the work requirements of this solicitation. 3. Key Personnel - A) List professional personnel and key employees that will be assigned to this project. B) Curriculum vitae and resume shall be provided for each individual. 4. Management - Provide the following information in sufficient detail to allow a complete analysis of the offeror's management capabilities and responsibility. A) Capability to meet delivery or performance schedules. B) Possession of necessary organization, experience, and technical skills to perform the work, or the ability to obtain them. Award will be based upon Lowest Price Technically Acceptable (LPTA). FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Apr 2016). This must be completed by the Offeror. See attachment for full text. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (q) of this provision. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (May 2015) (Incorporated by Reference; and FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2016). The full text of a clause may be accessed electronically at: https://www.acquisition.gov/?q=browsefar Proposals are due on August 25, 2016 @2:00pm CST. Submit proposals to: Great Plains Area Indian Health Service Attn: Susan K. Davis, Purchasing Agent Federal Building, Room 309 115 4th Avenue Southeast Aberdeen, South Dakota 57401-4381 Telephone: 605/226-7572 Facsimile: 605/226-7669 E-mail: susan.davis2@ihs.gov Note to the Proposed Contractor: The standards of medical practice and duties of the Contractor through its Physician(s) shall be determined pursuant to the bylaws of the Service Unit. The regulations of the hospital, applicable provisions of law, other rules and regulations of any and all governmental authorities relating to licensure and regulation of physicians and hospitals must be followed. Also the standards and recommendations of Centers for Medicare and Medicaid Services (CMS) or the Accreditation Organization must be adhered to. The Contract Physician(s) shall be required to participate in a quality improvement program, which is consistent with current requirements for ongoing monitoring and evaluation of the quality and appropriateness of care. Security Clearance Performance of this contract will require routine access by employees of the Contractor or its subcontractors to facilities or systems controlled by the IHS (Indian Health Service). Before starting work requiring routine access to IHS facilities or systems each person must complete an FBI National Criminal History Check (Fingerprint Check) adjudicated by an IHS employee using the Office of Personnel Management Personnel Investigations Processing System. Contractors shall allow five business days for IHS processing of fingerprints taken electronically at an IHS site and thirty business days for non-electronic processing of fingerprints using FBI Form FD-258. A list of IHS sites with electronic fingerprint capability is available from the Contracting Officer. The IHS utilizes the eQIP (Electronic Questionnaire Investigations Processing) system to process background investigations. Contractors are required to work with the Service Unit Background Coordinator or other designee to properly complete their eQIP entry without error. Proper submission of the eQIP entry to the OPM (Office of Personnel Management) is required prior to the individual being allowed to begin their performance under this contract. Computers have been provided to the Service Unit for this purpose. OIG Exclusion List No contract award shall be made to a vendor or provider listed on the OIG Exclusion List (http://exclusions.oig.hhs.gov) throughout the duration of the contract. Should a candidate be found with a non-favorable security clearance it shall be the contractor's responsibility to replace the candidate working under the contract/purchase order with a suitable candidate. It shall be the responsibility of the contractor to notify the Acquisition Office is there is a change in provider. In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the LEIE (HHS Office of Inspector General List of Excluded Individuals/Entities), http://exclusions.oig.hhs.gov. As soon as practicable prior to the performance of the work, the Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting Officer the names of any additional or substitute employees for screening before they begin work. The Contractor is responsible for conducting security preclearance investigations in sufficient depth to ensure that each Contractor or subcontractor employee referred to IHS is not on the LEIE and can obtain a favorable fingerprint clearance. Each security preclearance shall be conducted sufficiently in advance of the start of performance to avoid delays caused by denial of access. If this is a Time and Materials, Labor-Hour, or Cost-Reimbursement contract, the contractor shall not charge for or be reimbursed for labor hours or other costs incurred for employees who are unable to perform due to denial or access or the excess time required to resolve and clear unfavorable security clearance findings. If this is a Fixed-Price contract, denial of access due to security clearance findings shall not be a basis for excusable delay or an increase to the contract amount. The Government will pay for the cost to process the contractor's suitability clearances. However, multiple investigations for the same position may, at the Contracting Officer's discretion, lead to a reduction(s) in the contract price of no more than the cost of the investigation(s). EMPLOYEE HEALTH REQUIREMENTS Contract Providers shall provide health information, proof of immunizations as recommended by the CDC (Centers for Disease Control) concerning health-care workers in the United States. Health information must include previous immunization history and proof of the following immunization records: Hepatitis B (Vaccination-declination required), Measles, Mumps, Rubella (MMR), Varicella, Influenza, and Tuberculosis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/16-095/listing.html)
 
Place of Performance
Address: Fort Thompson Health Center, 1323 BIA Rte 4; PO Box 200, Fort Thompson, South Dakota, 57339, United States
Zip Code: 57339
 
Record
SN04231856-W 20160821/160819234355-1c07781f7eb563d4360129e57a48b7db (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.