SOLICITATION NOTICE
Q -- Physician Assistant - Package #1
- Notice Date
- 1/17/2013
- 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, Northern Navajo Medical Center, PO Box 160, US Highway 491 North, Shiprock, New Mexico, 87420-0160
- ZIP Code
- 87420-0160
- Solicitation Number
- SSU-FY13-271-YJ
- Archive Date
- 2/6/2013
- Point of Contact
- Yvonne Jumbo, Phone: 5053687029
- E-Mail Address
-
yvonne.jumbo@ihs.gov
(yvonne.jumbo@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work (SOW) - Physician Assistant Part Time This is a solicitation for Physician Assistant services in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. SOCIO-ECONOMIC CONSIDERATION: 100 percent SMALL BUSINESS SET-ASIDE (Agencies with one of the following socio economic status will be considered first: Service Disabled Veteran Owned Business (SDVOB) or HUBZone.) As provided in FAR 19, 19.201, General policy: (a) It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. 1. Submission of Quotes Due Date: Tuesday, 22 January 2013 at 3:00 PM, Mountain Standard Time (MST) Offers may be faxed to 505-368-6490, Attention: Yvonne Jumbo or quotes may be emailed to yvonne.jumbo@ihs.gov (Email is preferred). Quotes must be received no later than Tuesday, 22 January 2013 3:00 P.M. Mountain Standard Time. Quotes received after 3:00 PM, MST will be late and will not be considered for award. REQUIRED documentation to submit a candidate: A. Quote (quote(s) submitted will be negotiated). The rate shall be an all-inclusive rate of travel, per diem, lodging/housing, transportation, meals, and applicable taxes (i.e. federal, state, and local) including Observed Government Holidays. B. CV(s) including licensure and certifications plus the following: -Current Data Bank report (within 4 weeks) -License verification for all licenses held by the proposed applicant. -Affiliation Verification from the credentialing office of all facilities the proposed applicant worked for the past three years or if affiliated with more than ten the last ten. -Copies of licenses, board certifications and diplomas. -Two letters of reference from persons with whom the applicant worked for with in the last three years. -Contact information for three individuals willing to provide references and with whom the applicant worked within the last three years. -A written explanation of any data bank report, malpractice settlement or disciplinary action by a hospital or licensing board from the applicant. FINGERPRINTING CARD FBI-FD 258 (PROVIDED BY THE FEDERAL GOVERNMENT) FINGERPRINTING MUST BE CLEARED AND APPROVED PRIOR TO THE START DATE. FINGERPRINT CARD - FBI FD-258 Contract assignment(s) are conditional on a cleared background check and will be completed electronically onsite on the first day of assignment or it may need to be completed, cleared, and approved prior to the start date. CLINICAL PRIVILEGES The contractor must be credentialed and clinical privileges granted by the Northern Navajo Medical Center's clinical director or designee prior to providing services. The contractor must provide the following appropriate forms for privileging from the Northern Navajo Medical Center's credential's specialist upon award of this contract. 1) Completed Application for IHS Medical Staff Appointment 2) Privileges Request Form 3) Completed NPDB Query Form 4) Medicare/Medicaid Acknowledgement Form 5) Medical Staff Bylaws, Rules & Regulations Acknowledgement Form 6) All Hazards Plan Acknowledgement Form 7) Copies of ALL active state licenses (license must indicate an expiration date) 8) Copy of DEA Registration License / Controlled Substance 9) Copies of ALL Board Certifications 10) Copy of Medical School Degree 11) Copy of Residency Certificate(s) 12) Copy of NPI and UPIN Notification Letter 13) Copies of ECFMG (Educational Commission for Foreign Medical Graduates), if applicable 14) Copies of applicable BLS, ACLS, ATLS, PALS NRP (As indicated in Rules & Regulations) 15) Copies of CME (Continuing Medical Education) for past 2 years 16) Copy(s) of malpractice insurance 17) Current Photo (Driver's License or Passport) 18) Curriculum Vitae Education: The Physician Assistant must possess a current, valid, unsuspended, unrevoked, unlimited, unrestricted, unchallenged license to practice medicine in any state, District of Columbia, the Commonwealth of Puerto Rico or territory of the United States. Licensure: Must possess and maintain current State licensure while employed with Indian Health Service (IHS). Must possess a current DEA license. Experience: -The Physician Assistant (hereafter referred to as the contractor) shall provide services to patients in the Urgent Care at the Indian Health Service, Northern Navajo Medical Center. -The contractor will staff the Urgent Care seeing 20-30 patients per 12-hour shift. Clinic hours are 8 am to 9 pm including weekends and holidays. -The contractor will work any of three (3) shifts that are scheduled 40 hours per 2 weeks. -The part-time requirement can be filled by one or more contracts. -The contractor will take care of patients of all ages that include pediatric, adult and pregnant patients. - The contractor shall obtain consultation with members of the Urgent Care on matters of patient care when questions arise. -The contractor will work with 3-6 other staff personnel in the Urgent Care clinic that include other Physician Assistants and physician assistants. -The contractor shall review clinical records and adhere to records documentation procedures to insure that records are properly maintained. -The contractor may be subject to technical direction and/or guidance of the designated Government official. -The contractors provision of Urgent Care will be monitored by the Northern Navajo Medical Centers quality assurance plan. -The contractor must retain United States citizenship. -The contractor must possess health status allowing physical and mental ability to carry out required functions. This is to be verified on an annual basis by the employing agency or a copy of a physical examination provided by the contractor/practitioner. -The contractor must be credentialed and clinical privileges be granted by the Clinical Director or designee prior to providing services. -Contractor must furnish a current immunization for MMR (Measles, Mumps, and Rubella) Diphtheria and Tetanus and DT Booster, OOD status, or as required by Navajo Area IHS immunization policy. 2. DELIVERY SCHEDULE (for 1 Physician Assistant) Upon approval of credentialing and clinical privileges through December 31, 2013. The assignment is 10 months or until the position is filled with a permanent direct hire. In such instances, the Physician Assistant will be released from contract assignment. The Government DOES NOT guarantee a specific shift to any individual(s). The Government DOES NOT guarantee that the contractor will work the number of hours ordered. The hours ordered are only estimated. The Government will pay only the actual hours the Physician Assistant worked. On occasion, the Physician Assistant may be sent home if the patient load does not require their services. Many of the patients served may only speak a native language and reside on the reservation. The contractor should be able to show sensitivity to cross-cultural and languages differences and have the ability to work through interpreters as necessary for non-English speaking patients. In situation where interpretation is required, the Northern Navajo Medical Center's staff will provide these services. Mandatory Registrations: To be eligible to receive an award resulting from this solicitation, the apparent successful quoter must be registered the System for Award Management (SAM) and registrations must be current. If your Reps & Certs are not current go to https://www.sam.gov/ and complete - no exceptions. 3. Company Info: Please provide the following information (if applicable): Legal Business/Company Name (as it is indicated in SAM): DUNS # Cage Code Number: Point of Contact (POC): Name and Telephone number E-Mail Address: Federal Tax ID#: 4. Deliver/Ship To: Northern Navajo Medical Center - Urgent Care Department US Hwy 491 North Shiprock, New Mexico 87420 5. Payment Terms: EVALUATING REQIUREMENTS: In addition to the Checklist of Evaluation Requirements for candidates, the following experiences will be considered for evaluation: -Most recent work experience -Child and adolescent experience -Prior IHS/Navajo/American Indian/Alaska Native experience -Electronic Health Record experience -History of ethical/legal problems NOTE: The Government is interested in the candidates that will provide service the entire performance period with no break in service. If two or more agencies submit the same candidate, preference will be given to the agency with the lowest cost if the candidate is selected. Housing: No government housing available. There are motels, restaurants, mall, etc. in Farmington, NM, 32 miles east of Shiprock and in Cortez, CO, 44 miles north of Shiprock. The government reserves the right to issue a single award or multiple award to the Schedule contractor(s) whose quote(s) represents the best value as defined by FAR 2.101. In determining best value, the following factors will be considered: price, past performance, and qualification(s)/experience of each proposed candidate. 52.252-2 CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far/ FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.202-1 Definitions 52.203-3 Gratuities 52.203-5 Covenant Against Contingent Fees 52.203-6 Restrictions on Subcontractor Sales to the Government 52.203-7 Anti-Kickback Procedures 52.204-3 Taxpayer Identification 52.204-7 Central Contractor Registration 52.204-9 Personal Identity Verification of Contractor Personnel 52.212-4 Contract Terms and Conditions - Commercial Items 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.222-3 Convict Labor 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans 52.222-36 Affirmative Action for workers with Disabilities 52.222-42 Statement of Equivalent Rates for Federal Hires 52.223-6 Drug-Free Workplace 52.223-14 Toxic Chemical Release Reporting 52.224-1 Privacy Act Notification 52.224-2 Privacy Act 52.225-13 Restrictions on Certain Foreign Purchases 52.229-3 Federal, State, and Local Taxes 52.232-1 Payments 52.232-8 Discount for Prompt Payment 52.232-17 Interest 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-1 Disputes 52.233-3 Protest after Award 52.237-2 Protection of Government Building, Equipment, and Vegetation 52.237-3 Continuity of Services 52.243-1 Changes - Fixed Price 52.246-4 Inspection of Services - Fixed Price 52.249-1 Termination for Convenience of the Government (Fixed Price) (Short Form) 52.249-4 Termination for Convenience of the Government (Services) (Short Form) 52.249-8 Default (Fix Price Supply and Services) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24 and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government: (1) When no longer needed for contract performance. (2) Upon completion of the Contractor employees employment. (3) Upon contract completion or termination. (c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements. (d) The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts when the subcontractors employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer. FAR 52.237-7 Indemnification and Medical Liability Insurance. As prescribed in 37.403, insert the following clause: (NOTE: The acquisition strategy for this procurement has not been finalized and is subject to change based on the responses received.) INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE (JAN 1997) (a) It is expressly agreed and understood that this is a nonpersonal services contract, as defined in Federal Acquisition Regulation (FAR) 37.101, under which the professional services rendered by the Contractor are rendered in its capacity as an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over professional aspects of the services rendered, including by example, the Contractor's professional medical judgment, diagnosis, or specific medical treatments. The Contractor shall be solely liable for and expressly agrees to indemnify the Government with respect to any liability producing acts or omissions by it or by its employees or agents. The Contractor shall maintain during the term of this contract liability insurance issued by a responsible insurance carrier of not less than the following amount(s) per specialty per occurrence: *_______________. (b) An apparently successful offeror, upon request by the Contracting Officer, shall furnish prior to contract award evidence of its insurability concerning the medical liability insurance required by paragraph (a) of this clause. (c) Liability insurance may be on either an occurrences basis or on a claims-made basis. If the policy is on a claims-made basis, an extended reporting endorsement (tail) for a period of not less than 3 years after the end of the contract term must also be provided. (d) Evidence of insurance documenting the required coverage for each health care provider who will perform under this contract shall be provided to the Contracting Officer prior to the commencement of services under this contract. If the insurance is on a claims-made basis and evidence of an extended reporting endorsement is not provided prior to the commencement of services, evidence of such endorsement shall be provided to the Contracting Officer prior to the expiration of this contract. Final payment under this contract shall be withheld until evidence of the extended reporting endorsement is provided to the Contracting Officer. (e) The policies evidencing required insurance shall also contain an endorsement to the effect that any cancellation or material change adversely affecting the Government's interest shall not be effective until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer. If, during the performance period of the contract the Contractor changes insurance providers, the Contractor must provide evidence that the Government will be indemnified to the limits specified in paragraph (a) of this clause, for the entire period of the contract, either under the new policy, or a combination of old and new policies. (f) The Contractor shall insert the substance of this clause, including this paragraph (f), in all subcontracts under this contract for health care services and shall require such subcontractors to provide evidence of and maintain insurance in accordance with paragraph (a) of this clause. At least 5 days before the commencement of work by any subcontractor, the Contractor shall furnish to the Contracting Officer evidence of such insurance. Additional Health & Human Service Acquisition Regulation (HHSAR) clauses: 352.202-1 Definitions 352.224-70 Confidentiality of information 352.232-9 Withholding of contract payments 352.249-14 Excusable delays 352.270-5 Key personnel 352.270-11 Privacy Act 352.270-12 Pro-Children Act 352.270-13 Tobacco-free facilities 352.270-17 Crime Control Act - Reporting of child abuse 352.270-18 Crime Control Act - Requirement for background checks 352.270-19 Electronic information and technology accessibility U.S. Government and IHS Holidays Jan 01 - New Years Day Jan 21 - Martin Luther King Day Feb 18 - Presidents Day May 27 - Memorial Day Jul 04 - Independence Day Sept 02 - Labor Day Oct 14 - Columbus Day Nov 11 - Veterans Day Nov 28 - Thanksgiving Day Dec 25 - Christmas Day
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/GPO16835/SSU-FY13-271-YJ/listing.html)
- Place of Performance
- Address: Northern Navajo Medical Center, US Hwy 491 North, Shiprock, New Mexico, 87420, United States
- Zip Code: 87420
- Zip Code: 87420
- Record
- SN02967832-W 20130119/130117234652-f6bc33c9730be9668bfd6a270e8c4b2a (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 |