SOLICITATION NOTICE
Q -- Psychiatric Clinics - Wewoka OK - Temporary Waivers
- Notice Date
- 7/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621112
— Offices of Physicians, 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
- 246-10-Q-0035
- Archive Date
- 7/30/2010
- 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
- temporary waiver forms 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) #246-10-Q-0035. This procurement is a 100% small business set-aside under NAICS code 621112 with a standard business size of $13.5 million. Contractor shall provide a firm-fixed rate for thirty-six (36) eight (8) hour clinics. Approximate start date is 09/01/2010. Estimated start date is September 1 2010. The closing date for receipt of quotes is July 16 2010 at 4:30 pm. Quotes may be mailed to Division of Acquisitions Management, OCAO IHS, 701 Market Drive, Oklahoma City OK 73114, Attn. Edson Yellowfish. Qualified vendors must review the following and submit applicable information. Please do not email bids! STATEMENT OF WORK Contractor shall provide general psychiatric services including direct patient care (children, adolescents, and adults), consultation, information, and education for an estimated thirty-six (36), eight (8) hour clinic sessions to the Wewoka Indian Health Center for a period of one year from beginning start date. Services will include but not limited to the following: a. Clinical psychiatric examination, observation, diagnosis and treatment and rendering recommendations for further treatment. b. Consultation with IHS staff, development of treatment plans for clinical monitoring of patients with diagnoses of mental disorders. c. In addition to onsite clinics, the contractor will provide emergency telephone consultation at the request of an IHS staff member at no additional cost to the government. Each clinic session shall provide patient care of consultation and information for patient appointments scheduled. Clinics will be conducted during regular Wewoka Indian Health Center operation hours, 8:00 a.m. to 4:30 p.m., Mondays through Fridays exclusive of Federal Holidays. Clinic dates will be pre-arranged at least one month in advance and will be agreed upon by the contractor and the Wewoka Behavioral Health Staff. Minimum Professional Qualifications a. Must possess an M.D. degree and have a current unrestricted license to practice medicine in the State of Oklahoma or be eligible for such licensure within 120 days after initiation of the contract. b. Must have successfully completed a three (3) year residency program approved by the American Board of Psychiatry and Neurology. c. Must have extensive knowledge of working with Native American clientele and understand various levels of traditional Native American beliefs and spirituality. Consultant has to have had at least two (2) years experience in working with a diverse population of Native American people exhibiting various adult psychopathologies. d. For Purposes of Joint Commission of Accreditation of Hospitals the psychiatrist must be capable of obtaining medical staff membership and privileges in accordance with the credentialing procedures at the Wewoka Indian Health Center. e. Evidence of (a) and (b) above must be submitted to the Contracting Officer prior to contract award to be able to supply official documentation that such aspects are in process and will successfully meet such requirements as specified in (a), however, it is recommended that credentials accompany offer to shorten evaluation time. f. Contractor shall be required to review and develop familiarity with current policies, procedures, bylaws and regulations of clinical and medical staff of the Wewoka Indian Health Center. g. Verification of professional qualifications must be submitted to: Contracting Officer, Division of Acquisitions Management, Oklahoma Area Indian Health Service, 701 Market Drive, Oklahoma City OK 73114. Reporting Requirements: All patient care and consultation will be documented in the patient medical record. Appropriate Wewoka Indian Health Center forms will be utilized by the contractor. Work Schedule: a. Contractor shall provide thirty-six (36) days @ eight (8) hours a day of psychiatric clinics to the Wewoka Indian Health Center. Period of performance will be one year. b. The Contractor shall notify Behavioral Health Staff at the Wewoka Indian Health Center within five (5) working days after notice of receipt of award to establish first clinic date. c. Each clinic session shall provide patient care, or consultation and information for appointments scheduled. Clinics will be conducted during regular Wewoka Indian Health Center hours of operation, 8:00 a.m. to 4:30 p.m., Monday through Friday, exclusive of Federal holidays. Preceding clinic dates will be pre-arranged at least one month in advance and will be agreed by the contractor and Wewoka Behavioral Health Staff. d. Emergency telephone consultation will be provided, without limitation, as requested by Wewoka Indian Health Center staff and shall be included in the charge per clinic. Reference Material: Psychiatry services shall be provided in accordance with the minimum standards set forth in the "Principles of Medical Standards & Ethics" of the American Medical Association. Government Furnished Facilities/Supplies: The Government will provide the facilities, equipment, supplies, and pharmaceuticals of IHS at the Wewoka Indian Health Center for use by the contractor for provision of psychiatrist services. Indemnity and Insurance: a. It is expressly agreed and understood that this is a non-personal services contract, as defined in the Federal Acquisition Regulation (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 the professional and administrative services provided, but retains no control over the professional aspects of the specific of services rendered, including by example, the Contractors professional medical judgment, diagnosis, or specific medical treatment. The Contractor shall be solely liable for and expressly agrees to indemnify the government with respect to any liability insurance issued by a responsible insurance carrier in the amount of not less than $1,000,000 per occurrence and $3,000,000 aggregate during the term of this contract. b. An apparently successful offer, upon request by the Contracting Officer, shall furnish prior to contract award evidence of its insurability concerning the medical liability insurance required in paragraph (a) of this clause. c. Liability insurance may either be on an occurrence 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 three (3) years after the end of the contract term must be provided. d. A certificate of insurance evidencing the required coverage shall be provided to the Contracting Officer prior to commencement of services under this contract. If the insurance is on a claim made basis, evidence of an extended reporting endorsement shall be provided to the Contracting Officer prior to the expiration of the contract. Final payment under this contract shall be withheld until evidence of an 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 of material change adversely affecting the government's interest shall not be in effect until thirty (30) days after the insurer of the contractor gives written notice to the Contract Officer. If during the performance period of the contract the contractor changes insurance providers. The contractor must give evidence that the government shall be indemnified to the limits specified in paragraphs (a) of this clause, for the entire period of the contract, either under the new policy or a combination of old and new policies. Privacy Act: Services under this contract are performed in accordance with the requirement of provisions of P.L. 93-579 and applicable agency regulations. Rights in Data: It is requested that the contract included a provision, which will prohibit the contractor from publicizing or disseminating any information without the specific prior approval of the Contracting Officer as required by HHSAR-352.227-1. 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) (3) Proof of current medical license (4) Proof of three year residency (5) Proof of medical liability insurance (6) certifications in ORCA at https://orca@bpn.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 and other factors considered. The following factors shall be used to evaluate quotes: (1) Price; (2) Qualifications, see criteria above. A firm-fixed price award will be given to the lowest priced, technically acceptable proposal/bid. 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). EVALUATION CRITERIA The due date for this requirement is July 16 2010 at 4:30 pm. 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 rate for services. The estimated quantity is thirty-six (36) eight (8) hour clinics for Psychiatry Clinics for a one-year period. The estimated start of award is September 1 2010. C) Provide a "Temporary Waiver of Character Investigation" form, and "Declaration for Federal Employment." D) Certifications in ORCA at https://orca@bpn.gov E) Medical Liability Insurance. F) Proof of three-year residency program approved by the American Board of Psychiatry and Neurology. G) Current medical license to practice in Oklahoma
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-10-Q-0035/listing.html)
- Place of Performance
- Address: Wewoka Indian Health Center, P.O. Box 1475, Wewoka, Oklahoma, 74884, United States
- Zip Code: 74884
- Record
- SN02195385-W 20100704/100702234309-2faae1b9d2bc1fc82761af4d472c9a14 (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 |