SOLICITATION NOTICE
Q -- Physician Services - Wewoka Indian Clinic
- Notice Date
- 3/13/2009
- 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
- 246-09-Q-0019
- Archive Date
- 4/8/2009
- Point of Contact
- Edson Yellowfish, Phone: 405-951-3888
- E-Mail Address
-
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) # 246-09-Q-0019. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30, effective March 12, 2009. This procurement is a 100% small business set-aside under NAICS code 621111 with a standard business size of $9.0M. Contractor shall provide a firm, fixed-price hourly rate (all inclusive to include travel and per diem) for 456 hours, April 1, 2009 to March 31, 2010, with a FOUR-year option to extend services. Propose pricing for (base year): April 1, 2009 to March 31, 2010; Option Year 1: April 1, 2010 to March 31, 2011; Option Year 2: April 1, 2011 to March 31, 2012; Option Year 3: April 1, 2012 to March 31, 2013; Option Year 4: April 1, 2013 to March 31, 2014. Evaluation of options shall not obligate the Government to exercise the option(s). Estimated start date is April 1, 2009. The closing date for receipt of quotes is no later than 4:30PM on March 24, 2009. Quotes may be faxed to Edson Yellowfish at 405-951-3771, or mailed in a sealed envelope to Division of Acquisitions Management, OCAO IHS, 701 Market Drive, Oklahoma City OK 73114. Emailed quotes WILL NOT be accepted. Qualified vendors must review the following and submit applicable information. STATEMENT OF WORK Contractor shall provide on-site physician services at the Wewoka Indian Health Center, Wewoka, Oklahoma, for not more than 456 hours during the period of April 1, 2009 to March 31, 2010. Services shall include but not limited to the following: Provide physician services to patients on-site at the Wewoka Indian Health Center, Wewoka, Oklahoma, for the number of hours stated above from April 1, 2009 to March 31, 2010. Number of patients to be seen and when services are needed will be determined by the Wewoka Indian Health Center Clinical Director. The Contractor shall examine, diagnose, and develop treatment plans and recommendations for patients seen. The Contractor shall recommend and refer patients to other Indian Health Service providers and CHS vendors within appropriate IHS guidelines. The Contractor will document services, education and treatment of patients in the SOAP format. The Contractor will be responsible for actions necessary for Joint Commission standard compliance and administrative policies as directed. The Government will provide the facilities, office, equipment and supplies for use by the Contractor. The Contractor shall provide consultative reports to be done at the time of examinations for the medical record, utilizing form IHS 803, PCC Ambulatory Encounter Record, furnished by the Government. The Government will provide assistance and orientation and guidance in seeing patients as well as receiving supplies, utilizing and ordering laboratory, x-ray and pharmacy services. PROFESSIONAL QUALIFICATIONS A. Verification of Licensure To ensure that physician providing services under this contract are properly licensed, and that the IHS is made aware of all disciplinary actions taken against each physician, the Contractor will: 1. Verify through the Federation of State Medical Boards data base, all active, inactive, and lapsed licenses that are held or have been held by physicians who provide services in IHS hospitals and clinics under this contract. 2. Inform the IHS of the status of all licenses for each physician who would provide services under this contract in IHS hospital and clinics, including all reasons for each inactive or lapsed license. 3. Obtain at least three (3) letters of reference from health care providers whom have knowledge of the applicant’s clinical practice skills. One letter must be from the Chief of Staff, or Service at the hospital where the physician holds or last held staff privileges. If the physician has just completed a residency, one letter must be from the residency program director or serve chief. 4. Provide all information regarding performance and disciplinary actions that is collected on physicians who would be placed under this contract to the receiving IHS facility Clinical Director. This includes all information that is collected and compiled on such physicians at the time of initial hire by the Contractor, and/or information that is reported during periods that the Contractor is an agent of such physicians for a placement under this contract. 5. Certify that all information obtained on physicians whom they would assign to IHS hospital and clinics has been reviewed and verified by the Contractor. The Certification must include a statement that the Contractor has found no reason to reject the physician’s application. The names of the contacts, their titles, telephone numbers, date of contacts and the name(s) of the Contractor’s representative(s) collecting and reviewing such information must be recorded in writing and made available to the IHS by the contractor. B. The Contractor shall provider physician(s) who meet the following minimum qualifications and requirements: (1) Current unrestricted license to practice medicine in the United States. (2) The physician(s) must be Board Certified in Family Practice or Board Eligible in Family Practice. This category may serve as a consultant(s) in Family Practice. (3) Physician(s) provided by the Contractor must apply and be accepted as Associate member of the Wewoka Service Unit Medical Staff. C. Evidence of 1, 2 and 3 above must be provided to the Contracting Officer prior to award of contract, however, it is recommended that credential (copies) accompany the bid in order to shorten the evaluation time. D. In providing such service, the Contractor will comply with the policies, procedures and by-laws of the Wewoka Service Unit. The Contractor will also be required to perform this service in compliance with applicable standards of the Joint Commission and Quality Improvement. INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE. As stated in FAR 52.237-7, (JAN 1997). a) It is expressly agreed and understood that this is a non-personal 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 Contractor’s 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: $1 million/$3 million Aggregate. (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 Government’s 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. IMMUNIZATION RECORD Persons born after December 31, 1956, if awarded contract, must provide proof of immunity to Rubella and Measles prior to award of contract. Serological testing to confirm immunity and/or immunizations will be provided to the Government. Special considerations may be allowed to individuals, who are allergic to component of a vaccine, has history of severe reaction of a vaccine or who are currently pregnant. CONTACT WITH INDIAN CHILDREN The contractor must perform in accordance with Section 231 of the Crime Control Act of 1990, P.L. 101-647 and the Indian Child Protection and Family Violence Prevention Act, P.L. 101-630, and failure to comply with these statutes will result in immediate removal. GOVERNMENT FURNISHED FACILITIES/EQUIPMENT/SUPPLIES The Government will provide medical supplies and pharmaceutical supplies necessary and prescribed by the Contractor in providing physician services in accordance with Area Formulary and Service Unit Resources. The Government will provide nursing support, laboratory and x-ray services and medical and pharmaceutical supplies as necessary for physician services provided at the Wewoka Indian Health Center. WORK SCHEDULE The Contractor shall provide on-site physician services and coordinate patient care with appropriate other IHS Departments, i.e., Nutrition, Medical, Business Office, CHS. The Contractor shall provide no more than 8 hours per day, 40 hours per week of on-site physician services during the period as scheduled: There will be no work performed on federally recognized holidays. Any changes to the preceding shall require mutual agreement of the Contractor and Contracting Officer’s Representative. REPORTING REQUIREMENTS A. Reporting requirements shall include all patient care information required in performance of physician services in the individual patient charts utilizing Form HHS-803, PCC Ambulatory Encounter Record, furnished by the Government. B. The Contractor shall be required to provide an original and two (2) copies of invoices to Oklahoma City Area Indian Health Services, Office of Finance and Accounting, 701 Market Drive, Oklahoma City, Oklahoma 73114. C. Each invoice shall include the following information: (1) Contractor’s name and Invoice Date (2) Contract Number or other Authorization for delivery of services. (3) Description, price and quantity of services actually rendered. (4) Name, title, phone number, and complete mailing address of official to whom payment is to be sent. D. Invoices shall be submitted no later than ten (10) calendar days following last calendar day of the month. OTHER FACTORS Contractor shall be required to develop familiarity with current policies, procedures, by-laws and regulations of the clinical and medical staff of the Wewoka Service Unit. These are available upon request to Dr. Ronald Fried, Clinical Director, Wewoka Service Unit, P.O. Box 1475, Wewoka, Oklahoma 74884. The telephone number to contact Dr. Fried is (405) 257-6282. 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 (Nov 2007), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide the following: (1) completed “Temporary Waiver of Character Investigation” and “Declaration for Federal Employment” form (2) Dun and Bradstreet Number (note: Contractors must be registered in the Central Contractor Registration to be eligible for award. This can be done at http://www.ccr.gov). The provisions of 52.212-2, Evaluation – Commercial Items (Jan 1999) 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, technical capabilities, and past performance will be considered. Submitted quotes must have: (1) Federation of State Medical Boards Database Verification (Offeror must provide documentation that verifies all licenses, active, inactive, and lapsed the contract physician may hold or has held) (2) Professional Licensure (Offeror must have a current, unrestricted State license, and must provide evidence of medical license); (3) Three Letters of Reference (Offeror must provide at least three letters of reference from other health care providers familiar with the contract physicians clinical practice skills. One letter must be from the Chief of Staff or another Staff member at the hospital in which the contract physician either holds or last held staff privileges. If the contract physician has just completed residency, one of the letters shall be from the residency program director or service chief). (4) Past Performance. The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts/jobs. The offeror must list at least three contracts/jobs and include the following information. (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service/Employment; (4) Total contract value/Hourly wage; (5) Description of contract work/Job duties; (6) Contracting Officer/Company Manager and telephone number; (7) Program Manager and telephone number, if applicable. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items (Nov 2007) or indicate certifications in ORCA at https://orca@bpn,gov. The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Items (Oct 2008), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 Central Contractor Registration (July 2006), 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 (Jan 2009) 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). The clause at FAR 12.602, Streamlined Evaluation of Offers, (a) When evaluation factors are used, the contracting officer may insert a provision substantially the same as the provision at 52.212-2, Evaluation – Commercial Items, in solicitations for commercial items or comply with the procedures in 13.106 if the acquisition is being made using simplified acquisition procedures. When the provision at 52.212-2 is used, paragraph (a) of the provision shall be tailored to the specific acquisition to describe the evaluation factors and relative importance of those factors. However, when using the simplified acquisition procedures in Part 13, contracting officers are not required to describe the relative importance of evaluation factors. 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 Central Contracting Registration (CCR) database (reference www.ccr.gov) B) Propose and provide an all inclusive hourly rate for services. The estimated quantity is 456 hours for a one-year period, with an option to extend for 4-years. The estimated date of award is April 1, 2009. C) Provide a Temporary Waiver of Character Investigation. D) Certifications in ORCA at https://orca@bpn.gov. E) Federation of State Medical Boards Database Verification F) Professional Licensure (Offeror must have a current, unrestricted State license, and must provide evidence of medical license G) Three Letters of Reference H) Proof of current medical insurance in the appropriate amount of $1,000,000 per occurrence and $3,000,000 aggregate. I) Completed “Temporary Waiver of Character Investigation” and “Declaration for Federal Employment” form
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bd89a05280bd158a8cfa118b9e6cd185&tab=core&_cview=1)
- Place of Performance
- Address: P.O. Box 1475, Wewoka, Oklahoma, 74884, United States
- Zip Code: 74884
- Zip Code: 74884
- Record
- SN01768913-W 20090315/090313215926-bd89a05280bd158a8cfa118b9e6cd185 (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 |