Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2012 FBO #3819
DOCUMENT

Q -- Medical Services LOPC - Attachment

Notice Date
5/7/2012
 
Notice Type
Attachment
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
Department of Veterans Affairs;Acquisition & Materiel Management;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
 
Solicitation Number
VA25612R0893
 
Response Due
5/17/2012
 
Archive Date
5/22/2012
 
Point of Contact
Wanda W. Thomas
 
E-Mail Address
wanda.thomas2@.va.gov
(wanda.thomas2@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Description 1. Product Service Code: Q201 Medical Services 2. NAICS Code: 561320 3. Solicitation Number VA-256-12-R-0893 Notice Type; Combined Synopsis/ Solicitation 5. Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603 Streamlined solicitation for commercial items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. 6. This is a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38 7. This action is being set aside for Small business only 8. BID SCHEDULE Quantity Unit Unit Cost PSYCHIATRIST (ONE) CHARLES WILSON VAOPC Price SCHEDULE (submitted by MEDVAMC/) FISCAL YEAR 2012June 4, 2012 thru September 30, 2012 DESCRIPTIONESTIMATEDUNITUNIT PRICEANNUAL QUANTITYCOST Line 1Contract Psychiatrist664hours Total Cost: $____________________ OPTION YEAR I:FISCAL YEAR 2013 October 1, 2012 thru May 31, 2013 1st OPTION YRDESCRIPTIONESTIMATEDUNITUNIT PRICEANNUAL QUANTITY COST Line 1Contract Psychiatrist1,336HOUR Total TOTAL COST: $_______________ 9. Scope of Work: COTR: Catherine Tucker PAYMENTS SHALL BE MADE UPON COMPLETION OF DUTIES PERFORMED AND SHALL BE PAID, on the 15th and the 30th of each month or at the end of each month whichever comes first, UPON RECEIPT OF A PROPERLY PREPARED INVOICE. STATEMENT OF WORK 1. Contractor shall provide one locum tenens licensed, board-certified psychiatrist experienced in psychiatry to work at the Charles Wilson Outpatient Clinic (CWOPC) at 2206 North John Redditt Drive, Lufkin, TX 75904 in Angelina County, Texas for the period to begin as soon a possible, needs to be on board by 05/27/12. (subject to immediate termination based on VA recruitment efforts). Physician must hold current unrestricted/unencumbered licenses to practice in any state of these United States. Credentialing and privileging is to be done in accordance with the provisions of the VHA Handbook 1100.19. The VA managing physician is Anthony Zollo, MD, Chief Medical officer of the CWOPC. The qualification of the physician is subject to review the VA Chief of Staff. 2. Hours of Work: 8:00a.m. “ 4:30p.m., Monday through Friday, excluding Federal holidays. 3. Physician must be present at this facility and performing the duties outlined herein in order to receive payment. Services performed at other than this VA site are not compensable. Hours of service must be documented on time sheets located in the CWOPC administrative office in order for him/her to be compensated. Physician will not receive compensation for any hours such as overtime, sick leave or annual leave from VA. Physician will not work holidays nor receive compensation for Government holidays from VA. (NOTE: Holidays observed by Federal Government are New Year ™s Day, Martin Luther King ™s Birthday, Washington ™s Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans ™ Day, Thanksgiving, Christmas and any other day specifically declared by the President of the United States to be a national holiday.) 4. Contractor shall assume full responsibility for the protection of their employee in furnishing services under this purchase order (i.e., worker ™s compensation, professional liability insurance, health examinations, income tax withholding and social security payments). 5. Physician shall not be considered a VA employee for any purpose. 6. Physician shall provide their uniforms. 7. Duties shall include: (a) Ability to perform comprehensive psychiatric evaluation/assessments on outpatients with serious/chronic mental illness; make assessments and use appropriate diagnostic evaluations; and implement timely and appropriate treatment. (b) Orders diagnostic studies and interprets laboratory tests, EKG, and radiology diagnostic tests (CXR, CT Scan, MRI) as indicated. (c) Provides timely ongoing outpatient care for assigned patients. Screens outpatients to determine need for further care. (d) Prescribes and refills medications within the defined scope of practice. (e) Carries out health promotion, disease prevention activities per MEDVAMC policy. (f) Initiates and expedites requests for consultations and scheduling special tests and studies. (g) Responsible for typing the appropriate documentation of initial visit, follow-up visits, procedures performed, problem lists, procedure lists, and making interim summaries in Computerized Patient Record System (CPRS) within the allowed time frame and following the appropriate format. Must be computer literate. (h) Provides education and counseling of patients and families in preventive care, psychiatric conditions, and the use of prescribed therapy and medications. (i) Able to work effectively as a member of a multidisciplinary team. (j) Responsible for responding to patient's telephone calls and documenting the calls in CPRS per MHC CWOPC protocol. (k)Ability to perform crisis intervention and coordinate an admission to Michael E DeBakey (MEDVAMC) or refer to the local mental health authority if indicated. (l) Oversee NP'S/PA as indicated 8. Indemnification and Medical Liability Insurance (FAR 52.237-7, Jan 1997) (a) It is expressly agreed and understood that this is a nonpersonal 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: $1,000,000. (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. HOURLY RATE: all inclusive CONTRACT/PURCHASE ORDER IS SUBJECT TO THE AVAILABILITY OF FISCAL YEAR 2012 FUNDS APPROPRIATED BY CONGRESS FOR THE DEPARTMENT OF VETERANS AFFAIRS THROUGH APPROVED BUDGET OR CONTINUING RESOLUTION. In accordance with FAR52.232-18 Availability of Funds The following FAR provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Item (June 2008). Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR). FAR 52.212-2 Evaluation Commercial Items (JAN 1999). FAR 52.212-3 (AUG 2009), Offerors Representatives and Certification-Commercial Items, FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009). FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or executive Orders Commercial Items (DEC 2009). FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003)(15 U.S.C. 644), FAR 52.219-28 Post Award Small Business Program Rerepresentation (APR 2009)(15 U.S.C. 632(a)(2)), FAR 52.222-3 Convict Labor (JUN 2003)(E.O. 11755), FAR 52.222-19 Child Labor Cooperation with Authorities and remedies (AUG 2009)(E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), FAR 52.222-36 Affirmative Action For Workers with Disabilities (JUN 1998) (38 U.S.C. 4212), FAR 52.225-1 Buy American Act-Supplies (FEB 2009), FAR 52.225-2 Buy American Act-Certificate (FEB 2009), FAR 52.225-13 Restrictions on certain Foreign Purchases (FEB 2009), FAR 52.232-33 Payment of Electronic Funds Transfer - Central Contractor Registration (OCT 2003) FAR 52.232-18 Availability of Funds (APR 1984) 12. Additional clauses incorporated in this acquisition by reference include: FAR 52.203-2 Certificate of Independent Price Determination (APR 1985), FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006), FAR 52.253-1 Computer Generated Forms (JAN 1991). 13. Offers may be submitted on company letterhead or stationary and must include the following information: Company name, contact information, DUNS Number, CAGE Code, unit price, payment terms and discount offered for prompt payment and must include the required FAR 52.212-3 Offeror Representations and Certification Commercial Items (AUG 2009) of which copies can be obtained by downloading the document from www.arnet.gov/far. 14. When quoting please refer to Solicitation VA-256-12-R-0893. Point of contact is Wanda W. Thomas at 713-794-7405 or via e-mail: Closing date and time for receipt of quote is May 17, 2012. Contractors must send all documents electronically (713)794-7869) or mail hard copies to Michael E. DeBakey VA Medical Center, 2002 Holcombe Boulevard, Houston, Texas 77030, Attn: Wanda W. Thomas. Copies of FAR Clause 52.212-3 may be accessed via the Internet at www.arnet.gov. A formal notice of changes, if applicable will be issued in the FedBizOpps (www.fbo.gov) via an amendment(s). Copies of clause 52.212-3 will be provided upon offeror's request. 15. Should you have any questions, please contact Wanda W. Thomas at 713-794-7405 or via e-mail: wanda.thoma2@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/VA25612R0893/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-12-R-0893 VA256-12-R-0893.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=335614&FileName=VA256-12-R-0893-002.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=335614&FileName=VA256-12-R-0893-002.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Lufkin CBOC;2206 NORTH JOHN REDDITT DR;LUFKIN,TEXAS
Zip Code: 75904
 
Record
SN02740923-W 20120509/120507235055-b52a1f41a7b3a2565280e5061a659214 (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.