SOLICITATION NOTICE
Q -- ORTHOPEDIC SERVICES- CLINTON, OK
- Notice Date
- 2/24/2020 1:38:16 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
- ZIP Code
- 73114
- Solicitation Number
- 246-20-Q-0031
- Response Due
- 3/6/2020 2:00:00 PM
- Archive Date
- 03/21/2020
- Point of Contact
- Ronay English, Phone: 4059513701
- E-Mail Address
-
Ronay.English@ihs.gov
(Ronay.English@ihs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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.� The solicitation is issued as Request for Quotes (RFQ) 246-20-Q-0031. This procurement is 100% small business set-aside under NAICS code 621111 with a standard business size of $11.0M.� Contractor shall provide a firm, fixed-hourly rate for forty-eight (48) clinic hours a month.� Submit pricing for an hourly rate for one base year, with an option for one (1) year for a total of seventy-two (72) a year. �� Estimated start date is March 16, 2020. The closing date for receipt of quotes is March 6, 2020.� Offers shall be submitted to the Oklahoma Area Indian Health Service, 701 Market Drive, Oklahoma City, Oklahoma 73114, no later than 4:00 p.m., on March 6, 2020.� 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. All questions due March 2, 2020 no later than 2:00 pm. STATEMENT OF WORK � ORTHOPEDIC SERVICES General:� The Indian Health Service (IHS), an agency within the Department of Health and Human Services, is responsible for providing federal health services to American Indians and Alaska Natives.� The mission of IHS is to raise the physical, mental, social, and spiritual health of American Indians and Alaska Natives to the highest level and assure that comprehensive, culturally acceptable personal and public health services are available and accessible to members of the 573 federally recognized Tribes across the United States. � Background:� The Clinton Service Unit is a Joint Commission accredited with facilities in Clinton, El Reno and Watonga, Oklahoma. To meet the mission, orthopedic care is a medical modality that has been deemed necessary to augment the services within the service unit. Therefore, contracted orthopedic services are necessary to support and supplement health care within the Service Unit. � Scope:� Provide diagnostic and treatment services including minor procedures as determined by evaluation and provide follow-up care as identified by treatment plan as outlined within Oklahoma statutes governing orthopedic care.� This includes diagnostic procedures including orthopedic exams, range of motion exams, muscle strength testing; diagnostic imaging procedures including MRI, CT, x-ray, and ultrasounds; and treatment modalities including exercise and rehabilitation, casting, strength and conditioning, oral and injection based medication therapy, passive stretch (independently or in conjunction with cryotherapy substance), referred care for surgical intervention, augmentation for pain management strategies, and any other orthopedic related treatment strategy deemed medically necessary by patient�s primary care provider. � Services shall be fully coordinated and integrated with the patient�s primary care provider within the Service Unit with respect to services provided and professional relationships. � Responsibilities:� Provide orthopedic care as outlined within scope noted above. Provide a minimum of eighteen (18) patient encounters per 8 hours. Additional provider encounters shall be allowed and will be coordinated by specialty clinic manager. 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.� Observe and assess patient�s clinical condition; recognizing, identifying and interpreting situation and immediately deciding proper action and therapeutic care plan. Formulate proper diagnosis and develop plan of care for individual patients. Recommend proper therapeutic measures (exercise, stretches, etc.) for augmenting services. Document all patient encounters in the patient�s electronic health record within 24 hours of clinic completion. The Clinton Service Unit shall have the right to provide continual review of all patient encounters and ensure all required documentation is provided.� Failure, on the part of the Contractor, to provide care as identified may result in the suspension of contract for services.� � Period of Performance:� Approximately (1) base year plus (1) option year � Contractor Qualification Requirements: The Orthopedic physician shall possess a current, unrestricted medical license through the Oklahoma Medical Board. � Special Terms and Conditions: Contractor shall comply with the Stark Law. � Contractor shall possess the following requirements and provide before beginning services: Rubella immunity must be documented either by serologic test or proof of immunization A yearly PPD is required for all persons who have had no previous positive tuberculin skin test A series of three (3) Hepatitis B immunizations or serologic proof of past infection is required A yearly influenza vaccination � Schedule of Work: Contractor shall provide 48 clinical hours each month as agreed upon between Contractor and the Clinton Service Unit. The government reserves the right to negotiate the addition/reduction of hours, location, etc. as mutually agreed upon by contractor. � �Indemnity and Insurance: The government assumes no responsibility of negligent acts of the Contractor.� Therefore, the Contractor is responsible for obtaining personal liability insurance coverage of at least $1,000,000 per occurrence/$3,000,000 aggregate. The Contractor shall 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 shall 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. � Government Furnished Information, Property and Services: All records of consultation, examination, surgeries/procedures and services of patients� required in the performance of this contract shall remain the property of and subject to the exclusive control of the Clinton Service Unit. The Clinton Service Unit shall provide materials, support staff and equipment necessary for the performance of this contract. The Contractor shall provide all services within the Clinton Service Unit facilities. � Contract Evaluation Contractor shall be evaluated yearly upon completion of each contract term. The government reserves the right to conduct evaluations more frequently if deemed necessary. Evaluation shall include patient/customer satisfaction, patient encounters/clinic, chart review and adherence to scope and contract term. � Invoicing Requirements 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. Each invoice shall include the following information: Contractor�s name and invoice date. Contract number or authorization for delivery of services. Description, price and quantity of services actually rendered. Name, title, phone number, and complete mailing address of official to whom payment is to be sent. 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 as an Orthopedic (3) Medical Liability Insurance $1million/$3 million (4) All-inclusive hourly rate, for one year of service plus one option year (5) Two relevant past performance references to include the contact name phone number, contract number, company name, brief description of project The provisions of 52.212-2, Evaluation � Commercial Items (Oct 2014) 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. Quotes will be evaluated on a 1-5 scale as follows: 1) Unacceptable, 2) Marginal, 3) Acceptable 4) Good and 5) Outstanding. The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Items (Oct 2018), 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 2020) 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). � EVALUATION CRITERIA The due date for this requirement is March 6, 2020 4:00 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 clinic rate for services. The estimated quantity is seventy-two (72) eight-hour (8) clinics for a one-year period, with an (1) year Option. The estimated start date of award is March 16, 2020. C) Current license as a Medical Doctor (any U.S. state or territory). � D) Proof of current medical insurance in the appropriate amount of $1,000,000 per occurrence and $3,000,000 aggregate. � E) Documentation of two past references. � � ** Please note that potential awardee candidates will be required to pass a background investigation from the IHS Human Resource Department. �This process may take up to three weeks ** � EVALUATION RATING INFORMATION � Rating: � Five: Outstanding-Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Significantly exceeded performance or capability standard. Risk of unsuccessful performance is very low. � Four: Good-Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Exceeded some performance or capability standards. Proposal contains strengths, which outweigh any weaknesses. Rick of unsuccessful performance is low.� � Three: Acceptable- Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate. � Two: Marginal- Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses, which are not offset by strengths. Risk of unsuccessful performance is high. � One: Unacceptable- Proposal does not meet requirements and contains one or more deficiencies. Proposal is awardable. � � ** 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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/54089335c6d74c298bdf637b13509663/view)
- Place of Performance
- Address: Clinton, OK 73601, USA
- Zip Code: 73601
- Country: USA
- Zip Code: 73601
- Record
- SN05570498-F 20200226/200224230139 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |