SOLICITATION NOTICE
Q -- Chiropractor Services - Clinton - temporary waiver form
- Notice Date
- 11/7/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621310
— Offices of Chiropractors
- 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-Q-14-0003
- Archive Date
- 12/6/2013
- 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
- Childcare Addendum Temporary Waiver form 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-Q-14-0003. This procurement is 100% small business set-aside under NAICS code 621310 with a standard business size of $6.5M. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-70, effective September 30 2013. Contractor shall provide a firm, fixed-price hourly rate for 832 hours, for one year period of service. Estimated start date is December 1, 2013. The closing date for receipt of quotes is November 18, 2013. Offers shall be submitted to the Oklahoma Area Indian Health Service, 701 Market Drive, Oklahoma City, Oklahoma 73114, no later than 4:30 p.m., on November 18, 2013. The offer must be submitted in a sealed envelope, addressed to this office, showing the solicitation number, and your name and address. Please do not email RFQ's. Qualified vendors will review the following and submit applicable information. No phone inquiries. STATEMENT OF WORK - CHIROPRACTIC SERVICES I. General: This Statement of Work describes the requirement for the provision of chiropractic services at Clinton Indian Health Center, Clinton, Oklahoma for patients of the Clinton Service Unit. II. Background: The Clinton Indian Health Center is a Joint Commission accredited clinic. Chiropractic care is medical modality that has been deemed necessary to augment our pain management services. Therefore, contracted chiropractic services are necessary to support and supplement health care within the Service Unit. III. Scope: Provide diagnostic and treatment services and procedures as determined by evaluation and provide follow-up care as identified by treatment plan as outlined within Oklahoma statutes governing chiropractic care. This includes diagnostic procedures including orthopedic exams, neurological exams, range of motion exams, muscle strength testing; diagnostic imaging procedures including MRI, CT, x-ray, and ultrasounds; and treatment modalities including chiropractic adjustment procedures (manipulation, both spinal and extra-spinal), exercise and rehabilitation, strength and conditioning, passive stretch (independently or in conjunction with cryotherapy substance), bio-feedback, electrical modalities such as diathermy, interferential, current, galvanic, TENS, thermal modalities, ultrasound and phonophoresis, all type of traction, and bracing and supports. Modalities outside of the above, even if accepted in other chiropractic care settings, are explicitly excluded. Services must be fully coordinated and integrated with the patient's primary care provider within the Service Unit with respect to services provided and professional relationships. IV. Responsibilities: a. Provide chiropractic care as outlined within Scope as noted above. b. Communicate, in a timely fashion, to the referring primary care provider all clinical information necessary for continuity of care and documentation of quality of performance. c. Observe and assess patient's clinical condition; recognizing, identifying and interpreting situation and immediately deciding proper action and therapeutic care plan. d. Formulate proper diagnosis and develop plan of care for individual patients. e. Recommend proper therapeutic measures (exercise, stretches) for augmenting services. f. Document all patient encounters in the patient's electronic health record. g. The Clinton Indian Health Center shall have the right to provide continual review of all patient encounters and ensure all required documentation is provided. h. Failure, on the part of the Contractor, to provide care as identified may result in the suspension of contract for services. i. Work is to be performed at the Clinton Indian Health Center. No payment will be rendered for services outside of the facility. j. The Clinton Indian Health Center shall retain the right to implement additional contractor responsibilities if, during the course of the contract, additional responsibilities become necessary to maintain continuity of care and quality of performance, however, these additional responsibilities, if implemented, do not alter nor effect negotiated and contracted rate fees. V. Period of Performance: Approximate one year from beginning date of service. VI. Contractor Qualification Requirements: The Chiropractor must possess a current, unrestricted license and have been taught by an accredited Chiropractic College. VII. Special Terms and Conditions: Contractor shall possess the following requirements: a. Rubella immunity must be documented either by serologic test or proof of immunization b. A yearly PPD is required for all persons who have had no previous positive tuberculin skin test c. A series of three (3) Hepatitis B immunizations or serologic proof of past infection is required VIII. Schedule of Work: Contractor shall provide two eight (8) hour shifts a week (16 hours per week) as agreed upon between contractor and the Clinton Indian Health Center. IX. Rates of Payment: Contracted rates shall be established as identified within the attached quote for services and shall be invoiced on a totaled, completed service (per-day; 8 hours) hourly rate based invoice and submitted to and as identified in sections IX of this Statement of Work. X. Indemnity and Insurance: The government assumes no responsibility of negligent acts of the Contractor. Therefore, the Contractor is responsible for personal insurance if the Contractor indicates that it is necessary. The Contractor will hold harmless and indemnify the government against any or all loss, cost, damage, claims, expense or liability whatsoever as a result from the performance of the Contractor. The Contractor will hold the Federal Government and its agents including the Clinical Director and the Governing Body immune from civil or professional liability for all acts related to quality care management and enforcement of this contract. XI. Government Furnished Information, Property and Services: All records of consultation, examination, surgeries/procedures and services of patients' required in the performance of this contract will remain the property of and subject to the exclusive control of the Clinton Indian Health Center. The Clinton Indian Health Center will provide materials, support staff and equipment necessary for the performance of this contract. The Contractor shall provide all at the Clinton Indian Health Center. XII. Invoicing Requirements a. The Contractor shall be required to provide an original and two (2) copies of the invoice to Oklahoma City Area Indian Health Service, Division of Financial Management, 701 Market Center Drive, OKC, 73114. b. Each invoice shall include the following information: i. Contractor's name and invoice date. ii. Contract number or authorization for delivery of services. iii. Description, price and quantity of services actually rendered. iv. Name, title, phone number, and complete mailing address of official to whom payment is to be sent. c. Invoice shall be submitted no later than ten (10) calendar days following last calendar day of the month. XIII. Applicable Documents Joint Commission http://jointcommission.org Section 4087 of Public Law 101-630, Indian Child Protection and Family Violence Prevention Act Health Insurance Portability and Accountability Act (HIPPA) of 1996 http://www.hhs.gov/ocr/hippa Privacy Act of 1974 http://www.access.gpo.gov/nara/cfr/waisidx Indian Health Service (IHS) Information Technology and Records Security and Safeguard Policies http://home.ihs.gov/ITSC-CIO/security/index.asp Government Performance and Results Act (GPRA) System for Award Management (SAM) http://www.sam.gov XIV. Definitions Contracting Officer (CO) A Government employee authorized and warranted to issue contracts and to make subsequent modification(s). The CO has full authority to make determination on all changes and disputes regarding the contract. Contractor - The individuals as well as organizations awarded a legal binding contract to provide colonoscopy services and professional consultation services. Credentialing - The process of verifying provider licensure training and education. Customer Evaluation - Written comments made to the CO regarding the contractor's performance. This is one of the criteria used to monitor the contractor's performance. Federal Acquisition Regulations (FAR) - The FAR is the primary regulation for use by all Federal Executive agencies in their acquisition of supplies and services with appropriated funds. Past Performance Information - Information entered into National Institute of Health (NIH) database regarding contractor's actions under this contract. This includes the contractor's record of conformance to specifications and to standards of good workmanship; the contractor's record of containing and forecasting costs on any previously performed cost reimbursable contracts, the contractor's adherence to contract schedules, including the administrative aspect of performance; the contractor's history for reasonable and cooperative behavior and commitment to customer satisfaction, and generally, the contractor's business-like concern for the interest of the customer. Project Officer (PO) - A Government employee who assists the CO in the administration of task orders issued under the contract. The PO is primarily responsible for the day to day program management of ordering activity's task orders. 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 (Jul 2013), 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 (attached) (2) two past performance references to include the contact name phone number, contract number, company name, brief description of project (3) registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/). 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; (3) Past Performance. All factors are equal in importance. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2013) or indicate certifications in ORCA at https://orca@bpn,gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2013), 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 2013) 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); 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997); 352-270-18 Crime Control Act-Requirement for Background Checks (Jan 2006). EVALUATION CRITERIA Technical as well as price will be a deciding factor for award of a purchase order. The due date for this requirement is November 18, 2013 4:30 PM CT. 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 System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/. Please note that all parties interested in doing business with the Indian Health Services must be registered in the SAM database. B) Propose and provide an all-inclusive hourly rate for services. The estimated quantity is 832 hours for a one-year period. The estimated start date of award is December 1, 2013. C) Provide a "Temporary Waiver of Character Investigation" and "Declaration for Federal Employment" (attached). D) Certifications in ORCA at https://orca@bpn.gov. E) Current license as a Chiropractor (any U.S. state or territory). F) Proof of current medical insurance in the appropriate amount of $1,000,000 per occurrence and $3,000,000 aggregate. G) Documentation of two past references. ** Please note that potential awardees will be required to pass a background investigation from the IHS Human Resource Department. This process may take up to two weeks **
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-Q-14-0003/listing.html)
- Place of Performance
- Address: 10321 N. 2274 Road, Clinton, Oklahoma, 73601, United States
- Zip Code: 73601
- Zip Code: 73601
- Record
- SN03230003-W 20131109/131107234010-5a17f3718789468eaa88147203920a7c (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 |