SOLICITATION NOTICE
Q -- Diabetes Prevention Program Dietitian - INDIAN CHILD PROTECTION FORM #1
- Notice Date
- 1/8/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621399
— Offices of All Other Miscellaneous Health Practitioners
- 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
- HHSI24610Q0015
- Archive Date
- 2/5/2010
- Point of Contact
- Anna M Hulsey, Phone: 580-354-5383, Arlene T Belindo, Phone: 405-951-3897
- E-Mail Address
-
anna.hulsey@ihs.gov, arlene.belindo@ihs.gov
(anna.hulsey@ihs.gov, arlene.belindo@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- CHILDCARE ADDENDUM FORM AGREEMENT TO A TEMPORARY WAIVER Contractor shall provide registered dietician services to the Lawton Indian Hospital Diabetes Prevention Program (DPP) located in Lawton, Oklahoma which also will include surrounding services to the local community located at Anadarko Indian Health Center, Anadarko, Oklahoma, Carnegie Indian Health Center, Carnegie, Oklahoma as well as Tribal facilities and other community event as required with Diabetes Mellitus (DM) and Diabetes Prevention Program (DPP). The contractor shall: 1. Teach Medical Nutrition Therapy related classes for the intensive arm of the DPP using the DPP curriculum and documenting activities in the electronic health record. 2. Teach individual and group medical nutrition therapy to DM Program participants using the Balancing Your Life and Diabetes (BYLD)(Diabetes Education Curriculum) and Nutrition curriculum and documenting activities in the electronic health record. 3. Completes assessments of DPP participants according to DPP Program protocol and DM program assessments according to the newly diagnosed diabetes program protocol. 4. Participate in community program events for the non-intensive arm of the DPP Program, as well as, community DM Program activities. 5. Communicate with DM/DPP participants to include mail, e-mail, and phone contact to monitor progress toward meeting the individual participant’s goals and to encourage adherence to recommend interventions. 6. Select and prepare educational materials and resources to ensure cultural appropriateness according to the patient’s educational needs. 7. Provide technical assistance and consultation to the IHS (Indian Health Service) staff at all LSU (Lawton Service Unit) facilities. 8. Provide assistance with annual Diabetes audits and collection of data for the Special Diabetes Program for Indians (SDPI) grant. 9. Attend all DPP and DM team meetings, classes and trainings, as directed by Project Director, including LSU mandatory trainings. 10. Comply with all policies/procedures of the LSU and follows DM/DPP operations manual. Qualifications 1. Currently licensed Dietitian with the State of Oklahoma. 2. Knowledge of professional dietetic principles and procedures. 3. Understands and experience in applying learning theories for all age groups. 4. Knowledge of beliefs and customs of American Indians within the Oklahoma area and the ability to appreciate cultural differences. 5. Knowledge of diabetes, its management and treatment in the American Indian population. 6. Knowledge of prevention strategies for diabetes and obesity control. 7. Knowledge of medical nutrition therapy recommended treatment regimens for commonly encountered conditions such as hypertension, hyperlipidemia, anemia, cancer, cardiovascular disease, kidney disease and liver disease. 8. Documentation of current continuing education as related to diabetes. 9. Ability to attend all required training/program meetings as held at the coordinating center in Denver, CO. The contractor shall provide services for forty (40) hours per week, Monday through Saturday and may be adjusted accordingly by DM/DPP Director. This is a nonpersonal health care services contract. Government Furnished Property, Facilities and Services • Administrative and professional support that is available to Indian Health Service personnel. This includes but not limited to copy machines, telefax machines, medical library, and telephone services. • Initial and ongoing orientation to the LIHC Service Unit, clinic policy and procedures related to performance of duties outlined in the description of requirements. • Use of government furnished facility space, equipment, supplies, and personnel are for the provision of care and services set forth in the contract only. 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 (Nov 2007), 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 (2) verification of indemnification (3) three past performance references to include the contact name and phone number, contract number, company name, brief description of project; (4) Dun and Bradstreet Number (note: Contractors must be registered in the Central Contractor Registration to be eligible for award. This can be done at http://www.ccr.gov). The provisions of 52.212-2, Evaluation – Commercial Items (Jan 1999) applies to this acquisition. The Government intends to award three purchase orders resulting 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 and (4) compliance with Indian Child Protection requirements. 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 (Nov 2007) or indicate certifications in ORCA at https://orca@bpn,gov. The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Items (Feb 2007), 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), 352.224-70 Confidentiality of Information (April 1984) and 352.270-17 Crime Control Act-Reporting of Child Abuse (Jan 2006). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders—Commercial Items (Feb 2008) 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). Quotes are due by 5:00 pm CST, JANUARY 21, 2010, and must be delivered to the Lawton Indian Hospital, Division of Material Management, 1515 Lawrie Tatum Road, Lawton, OK 73507, Attn: Anna Hulsey. Questions concerning this solicitation may be addressed to Anna Hulsey at 580-354-5383.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/HHSI24610Q0015/listing.html)
- Place of Performance
- Address: 1515 Lawrie Tatum Road, Lawton, Oklahoma, 73507, United States
- Zip Code: 73507
- Zip Code: 73507
- Record
- SN02037894-W 20100110/100108234632-508e614c71348c3751f4837b68b72881 (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 |