Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 16, 2017 FBO #5623
SOLICITATION NOTICE

Q -- PAIN MANAGEMENT SERVICES - CLINTON

Notice Date
4/14/2017
 
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
246-17-Q-0018
 
Archive Date
5/31/2017
 
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
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) #246-17-Q-0018. This procurement is a 100% small business set-aside under NAICS code 621111 with a standard business size of $11 million. Estimated start date is June 1 2017. The closing date for receipt of quotes is April 28 2017. 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 April 28 2017. 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 - PAIN MANAGEMENT SERVICES I. General: This Statement of Work describes the requirement for the provision of pain management services at Clinton Indian Health Center, Clinton, Oklahoma and El Reno Indian Health Center, El Reno, Oklahoma for patients of the Clinton Service Unit. II. Background: The Clinton Indian Health Center is a Joint Commission accredited clinic. Pain management is medical modality that has been deemed necessary to augment the clinical services provided within the service unit. Therefore, contracted pain management services are necessary to support and supplement health care within the service unit. III. Scope: Provide diagnostic and treatment services/procedures as determined by evaluation and provide follow-up care as identified by treatment plan. This includes the diagnosis and treatment of multiple pain conditions/syndromes with a variety of medical modalities including both oral/injectable pharmaceuticals and minor, outpatient interventional treatment options. Furthermore, this shall include diagnostic imaging procedures including, lab, MRI, CT, x-ray, and ultrasound; exercise and rehabilitation, strength and conditioning, electrical modalities such as TENS, and other treatment strategies allowed by the Oklahoma State Medical Board and the Clinton Service Unit Clinical Director. Services shall be performed within the Clinton Service Unit by either in-person (physically present) or via tele-health operations. Services must be fully coordinated and integrated with the patient's primary care provider, interdisciplinary pain management team, and other service unit clinical departments within the Service Unit with respect to services provided and professional relationships. IV. Contract Requirements: a. Provide pain management care as outlined within scope 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 through existing interdisciplinary pain management team. f. Document all patient encounters in the patient's electronic health record within 24 hours of clinical visit. g. Coordinate with Pharmacy Department for proper receipt of legal/valid prescription orders. h. Ensure adherence to Clinton Service Unit Pain Management Policy and Patient Contract terms. i. Order and analyze urine drug screens as required for compliance with Pain Management Policy. j. The Clinton Service Unit shall have the right to provide continual review of all patient encounters and ensure all required documentation is provided. k. Failure, on the part of the Contractor, to provide care as identified may result in the suspension of contract for services. l. Work is to be performed at the Clinton Indian Health Center and/or El Reno Indian Health Center with the option of utilizing tele-health for patient follow up. No payment will be rendered for services outside of these requirements. m. The Government 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. n. The Government reserves the right to bill third party insurance for all services rendered under this contract. Contractor shall be paid an hourly fee by the government and therefore, shall not bill any patient third party insurance for services rendered. V. Period of Performance: one year VI. Contractor Qualification Requirements: Physician and other support personnel (nurse practitioners, physician assistants, etc.) must possess a current, unrestricted license through the Oklahoma Medical/Nursing Board. Furthermore, physician(s) shall also possess a board certification in anesthesiology and specialize in interventional pain management and pain medical management. VII. Special Terms and Conditions: Contractor shall possess the following immunization 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 Contractor may utilize tele-health for patient follow up visits only. All new patients shall be assessed on site within the service unit clinics. The government shall provide all requirements in order to facilitate tele-health access. VIII. Schedule of Work: Contractor shall provide up to eight (8) hour per week as agreed upon between contractor and the Clinton Service Unit. This may be a combination of onsite or tele-health visits to fulfill contract requirements. The government reserves the right to increase such hours with no further competition requirements if mutually agreed upon by contractor and government contracting officials. IX. Rates of Payment: Contracted rates shall be based upon a single hourly rate for services provided. Invoicing for services rendered shall be invoiced based upon the hours (full or partial) rendered and the negotiated rate. Submission shall be submitted as identified in section XII 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 and El Reno Indian Health Center. The Clinton Indian Health Center and El Reno Indian Health Center will provide materials, support staff and governmental tele-health equipment necessary for the performance of this contract. 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. 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 (JAN 2017), applies to this acquisition. In addition to the information required in FAR 52.212-1, prospective contractors shall provide the following: (1) Dun and Bradstreet Number (note: Contractors must be registered in the System for Award Management (SAM) Registration to be eligible for award. This can be done at https://www.sam.gov/portal/public/SAM/#1) (2) Current license in anesthesiology from the state of Oklahoma (3) Medical Liability Insurance $1million/$3 million (4) All-inclusive pricing rate for approximately 416 hours a year (5) Two relevant past references/recommendations The provisions of 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this acquisition. The Government intends to award one purchase order 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. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 Central Contractor Registration (July 2013), 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011), 52.223-6 Drug-free Workplace (May 2001), 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997), 352.224-70 Confidentiality of Information (Jan 2006), 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 2017) applies to this acquisition. The following clauses apply: 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Apr 2015); 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014); 52.222-50, Combating Trafficking in Persons (March 2015); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013), 52.232-40 (Dec 2013) Providing Accelerating Payments to Small Business Subcontractors EVALUATION CRITERIA Technical as well as price will be a deciding factor for award of a purchase order. 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 416 hours a year, at 8 hours a week. C) Two relevant past performance appraisals. D) Current License, Liability Insurance, and Proper Certifications as described in Statement of Work. Submittals with no candidates shall not be considered. E) Two relevant letters of reference/recommendation ** Please note that potential awardees will be required to pass a background investigation from the IHS Human Resources Department. This process may take up to two weeks **
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-17-Q-0018/listing.html)
 
Place of Performance
Address: CLINTON INDIAN HEALTH CENTER, 10321 N. 2274 ROAD, CLINTON, Oklahoma, 73601, United States
Zip Code: 73601
 
Record
SN04472679-W 20170416/170414234006-fb825619f720d600d669c7d07e11ee0d (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.