Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2017 FBO #5662
SOLICITATION NOTICE

65 -- ACUPUNCTURE SERVICES - Acupuncture SOW

Notice Date
5/23/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
NIH-CC-OPC-CSS-17-001413
 
Archive Date
9/30/2017
 
Point of Contact
India A. Payne, Phone: 301-496-4848
 
E-Mail Address
ipayne@nih.gov
(ipayne@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
ACUPUNCTURE STATEMENT O FWORK This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested (RFQ) and a written solicitation will not be issued. The solicitation number NIH-CC-OPC-CSS-17-001413 and is being issued a Request for Quotation (RFQ). The North American Industry Classification System (NAICS) for this procurement 621111 and the Small Business Size Standard is $35.5 million dollars. Background Information The National Institutes of Health (NIH) is the nation's foremost federally funded biomedical research institution. It is comprised of twenty-seven Institutes, Centers and Divisions. The Warren G. Magnuson Clinical Center is the on-site 267-bed hospital for the NIH campus comprised of clinical, laboratory and administrative staff who support the Institutes as they conduct clinical research working with inpatients and outpatients participating in research studies at the NIH. The Department of Peri-Operative Medicine (DPM) provides surgical services support for patients enrolled in the experimental protocols of several Institutes. The Department of Pain and Pallative Care Services (PPCS) providesConsultation services and research support to the various institutes of NIH by collaborating on research protocols with institute physicians and health care professionals and by conducting independent research that may involve institute patients.Some of the services provided are Conventional and experimental medications evaluations, massages, hypnosis, acupuncture, relaxation, reiki, labyrinth faciliitites and services. The purpose is to procure Acupuncture Support Services for patients at the NIH CC referred for pain and sysmptom management purposes by Government staff..The contractor must must be a licensed medical physician and Acupuncturist.The Contractor shall be credentialed by the rehabilitation medicine Department (RMD ) crendentialing committee. NIhemployees/contractors are rquired to complete a sredentialing packet with all requested materials due bue by the 45th workday. during the interuim, the contractor shall be given temporary work privileges until the credentialing committe approves the packet. Recredentialing is indicated by the Adminstrative Officer after the initial review.Medical tests are required for credentialing will be paid for by RMD. QUALIFICATIONS The Contractor must be a licensed medical physician and acupuncturist to practice in the state, territory • Graduate from an accredited medical school • Licensed in a state, territory or commonwealth of the United States or District of Columbia, with board certification/eligibility in Plastic Surgery. • Complete a minimum of three years of training in general surgery in an ACGME-accredited residency program (Accreditation Council for Graduate Medical Education) • Complete a minimum of two years of training in plastic surgery in an ACGME-accredited residency program and have a minimum of 5 years' experience working the adults and children with various medical problems. CONTRACTOR DOCUMENTATION The contractor must provide the following documentation prior to reporting to work at the Clinical Center • The contractor will provide personal medical liability insurance at the standard $1 million per claim/$3M aggregate. • Current License/credentialed by the rehabilitation Medicine Department (RMD) • Recent health screening (PPD, Hepatitis B Titer, Chicken POX Hx and MMR) • Copies of special certifications • The contractor must provide necessary credentialing documents and references for privileges in the Clinical Center. • Contractor must provide CPT codes in response to this solicitation. • Failure to adequately document compliance with any of the above will result in the proposal be considered to be non-responsive and the Offeror will be disqualified. Award Criteria: • Technical Experience - 50 Points (Demonstrate clinical experience working with Adults and Children with various medical problems). • Past Performance - 30 Points (Demonstrate years of experience and list at least (3) references with contact name, email address and phone number). Selection of an Offeror for award will be based on an evaluation of quotations against the evaluation factors specified above. Although technical experience is of paramount consideration in the award, cost and cost related factor as well as past performance is also important to the overall award decision. The following Provision and Clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial items (Feb 2012); FAR 52.212-2 Evaluation- Commercial Item (Jan 1999); (Additional Evaluation criteria set forth in combined synopsis/solicitation: FAR 212-2; Offeor Representations and Certifications-Commercial Items(Dec 2012); FAR 52.271-8 Options to Extend Services (Nov 1999); FAR 219-6 Notice of Small Business Set-Aside (Nov 2011); FAR 52.219-28 Post Award Small Business Program Representation (Apr 2012); FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-53 Exemption for Application of the Services Contract Act Requirement (FEB 2009; FAR 52-223-6 Drug Free Workplace (May 2001); FAR 52-227-14 Rights IN Date-General (Dec 2007). FAR 52.228-5 insurance-Working on a Government installation (Jan 1997);FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct. 2003)and FAR 52.237-7 (Jan 1997) Indemnification and Medical Liability.. Contractor's Office Representative (COR) will be representing the Government for the purpose of this contract: COR to be determined before the time of award. The COR is responsible for (1) monitoring the Contractor's technical progress, including surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements (2) interpreting the statement of work and any other technical performance requirements (3) performing technical evaluation as required(4) performing technical inspections and acceptance required by the contract, and (5) reporting technical issues to the contracting officer in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as an agent of the Government under this contract. Only the Contracting Officer has authority to (1) direct or negotiate any changes in the statement of work (2) modify or extend the period of performance )3) change delivery schedules (4) authorize to the contractor any cost incurred during the performance of this contract SCOPE OF WORK The contractor shall indemnify the Government for any liability producing act or omission by the contractor during the contract performance. Contractors shall not be considered at any time employee of the Federal Government for any purpose. Variable surgical caseload precludes the NIH from establishing a set schedule, however for scope purposes it is estimated 15 procedures of various degrees of complexities will be performed during the initial 12 months. The contractor shall comply with all hospital policies and requirements established by the Joint Commission on the Accreditation of Healthcare Organizations. Hours: Hours of work are Monday through Friday, 8:00 a.m. through 3:30 p.m., exclusive of Federal holidays-as needed. services may be requested in isolation for highly infections concerned patients. 1. Contractor is required to work Monday through Friday, 7 hours per day. No overtime or weekend hours are anticipated for this award. 2. The contractor shall provide acupuncture services, which includes patient assessment and evaluations, as well as treatment. All supporting medical documentation for each session shall be completed within twenty-four business hours of each treatment and noted in the patient medical records. The core team must review pain assessment and care plans every three to six weeks. 3. The Contractor shall provide an initial assessment or with the input from the PPCS interdisciplinary team (IDT) develop a care plan. All acupuncture treatment shall be documented in the medical records and show the supporting effort in order to provide a highly qualified care and recommendation of the primary and supportive team members. 4. All patient treatment must meet the standards of the PPCS mission statement and objectives (available upon request). Periodof of Performance Base July 1, 2017 through June 30, 2018 Option Year One-July 1, 2018 thorugh June 30, 2019 Option Year Two-July 1, 2019 through June 30, 2020 Option Yera ThreeJuly 1, 2020 through June 30, 2021 Option Year Four July 1, 2021 through June 30, 2022 Location: National Institutes of Health Clinical Center, Building 10 Department of Perioperative Medicine Bldg 10, Room 2C539 10 Center Drive, MSC 1512 Bethesda, MD 20892 +
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/NIH-CC-OPC-CSS-17-001413/listing.html)
 
Place of Performance
Address: National Institutes of Health, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04518826-W 20170525/170523235248-bb7b0f078cee6f28001f7cb6ace8c8ff (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.