Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2009 FBO #2602
SOLICITATION NOTICE

Q -- Podiatry Services for the Claremore Indian Hospital

Notice Date
1/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621391 — Offices of Podiatrists
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma Area Ofc Claremore Service Unit, Claremore Indian Hospital, 101 South Moore, Claremore, Oklahoma, 74017
 
ZIP Code
74017
 
Solicitation Number
IHS-SOL-0900070
 
Response Due
1/21/2009
 
Archive Date
2/5/2009
 
Point of Contact
yolanda c reyna,, Phone: 918/342-6511
 
E-Mail Address
yolanda.reyna@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 number is IHS-SOL-0900070 for Podiatry services. This solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. This acquisition is 100% set-aside for small businesses. The NAIC code is 621391 and the small business size standard is $7M. Base Year is for the Period February 1, 2009, or date of award through January 31, 2010 Line Item 1 is Podiatry Clinics. 48 Clinics at $___ per clinic = $____. The FOB point is Claremore Indian Hospital, 101 S. Moore Avenue, Claremore, Oklahoma 74017. Evaluation will be based on price and Technical evaluation criteria 1) Understanding of the problem and statement of work and method of accomplishing the objectives of the statement of work (50 points); 2) Professional qualifications (40 points) and 3) past performance (10 points). Offerors are to include a completed copy of the provision found at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer. The clause found at FAR 52.212-4, Contract Terms and Conditions – Commercial Items applies to this acquisition. The clause found at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items applies to this acquisition. FAR 52.212-1 Instructions to Offerors – Commercial applies to this acquisition. http://www.arnet.gov/far/ To be eligible for contract award, the successful offeror must have a valid DUNS number and be registered in the Central Contractor Register. Sources may register at www.ccr.gov Quotes are due January 21, 2009, 4:30 p.m. CDT at Claremore Indian Hospital, Support Services, 101 South Moore Avenue, Claremore, Oklahoma 74017. Contact Yolanda Reyna at Yolanda.reyna@ihs.gov for information regarding the solicitation or fax number 918-342-6675. PURPOSE: The contractor shall provide weekly four (4) hour Podiatry clinic services (on-site) at the Claremore Indian Hospital (CIH), 101 S. Moore Claremore OK 74017 during the period February 1, 2009 through January 31, 2010. The CIH will provide the space and schedule patients utilizing the CIH’s electronic scheduling system. SCOPE OF WORK: Weekly podiatry clinic services shall include providing care to patients with high risk diabetic feet problems, deformities of the foot, callous care, toe nail care, corrective/preventative surgery within realm of podiatry, identification of vascular problems, recommending follow-up care services, patient education, and other foot care services as deemed necessary. It is estimated that approximately 16 patients will be scheduled to be served during each clinic. The Contractor shall provide podiatry services during the 4 hour clinic or until all patients have been seen. Clinic dates and times will be determine and agreed upon by both parties 45 days in advance. In cases where the contractor has to cancel scheduled clinics the hospital is to be notified at least 14 days in advance in order to notify patients. Patient encounters will be documented in accordance with established hospital policies and procedures. SPECIAL TERMS AND CONDITIONS: 1. The Contractor shall comply with all hospital policies and procedures. 2. Must submit a copy of current malpractice insurance $1,000,000.00 per occurrence 3. Must be in compliance with HSPD-12. A background investigation is required upon award of purchase order. 4. Must be in compliance with HIPAA and Privacy Act. 5. Must meet JCAHO requirements. 6. Must follow universal precautions. REFERENCE MATERIAL: Those Contractor employees or agents, that provide services within this facility (USPHS Claremore Indian Hospital, Claremore, 101 South Moore, Claremore, OK 74017) during any working hours are required to develop familiarity with the CIH Safety and Disaster Emergency Policy and Procedures. The information will be provided to Contractors during the pre-performance conference. Contractor shall be required to develop familiarity and abide by current policies, procedures, by-laws, and regulations of clinical and medical staff of Claremore Indian Hospital. These are available upon request from the Clinical Director at the USPHS Claremore Indian Hospital, Claremore, 101 South Moore, Claremore, OK 74017, telephone 918-342-6200. The Contractor shall be required to perform services in compliance with applicable standards of the Joint Commission which are available to the general public. CONTRACT MONITORING/EVALUATION OF CONTRACTED STAFF: IHS shall periodically evaluate the performance, professional skills, and professional attitude of contractor’s staff both visually and through documentation review. The Contractor shall make provision whereby unsatisfactory performance of contractor staff will be addressed and resolved in a timely manner. If unsatisfactory performance cannot be resolved the contractor will provide replacement personnel and the replacement shall be made within a period mutually agreed upon between the Contractor and IHS. The performance evaluation shall be utilized in future past performance references. METHOD AND APPROACH TO PERFORMING SERVICES: The Contractor shall submit a plan which outlines a course of action, should personnel become ill or be unable to carry out scheduled clinic dates. The Contractor shall absorb the increased number of patient scheduled in clinic dates immediately following the cancelled clinic in order to meet patient demand and assure timely patient access to service. QUALIFICATIONS OF CONTRACTOR PERSONNEL: 1. The Contractor will be expected to provide a copy of appropriate licensure and comply with all hospital policies and procedures while practicing on-site. 2. The Contractor shall provide personnel who are appropriately licensed by the state to provide such service. 3. Rubella immunity must be documented either by serologic test or proof of immunization. 4. A yearly PPD is required for all persons who have had no previous positive tuberculin skin test. 5. Documentation that immunization for Hepatitis B has been offered to the technologist by the Contractor. PAST PERFORMANCE: The offeror shall provide three (3) references, name, contract number, contact name within last three (3) years.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=de0629347b1230f2ed6704f038dbe735&tab=core&_cview=1)
 
Place of Performance
Address: Claremore Indian Hospital, 101 S. Moore Avenue, Claremore, Oklahoma, 74017-5047, United States
Zip Code: 74017-5047
 
Record
SN01729108-W 20090110/090108215331-de0629347b1230f2ed6704f038dbe735 (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.