SOLICITATION NOTICE
Q -- ORTHO CLINICS - WEWOKA OK - TEMPORARY WAIVER FORM - ADDENDUM TO 0F 306
- Notice Date
- 2/18/2015
- 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
- 246-15-Q-0007
- Archive Date
- 3/31/2015
- 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
- ADDENDUM TO OF 306 TEMPORARY WAIVER FORM 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) 246-15-Q-0007. This procurement is 100% small business set-aside under NAICS code 621111 with a standard business size of $11.0M. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78, effective December 26 2014. Contractor shall provide a firm, fixed-price hourly rate for Orthopedic Clinic services. The period of performance for this requirement is approximately one year from beginning date April 1 2015. Estimated start date is April 1 2015. The closing date for receipt of quotes is March 6 2015. 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 March 6 2015. 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! I. STATEMENT OF WORK The contractor shall provide sixty-five (65) Orthopedic clinics at the Wewoka Indian Health Center, Wewoka, Oklahoma. The clinics shall include, but not be limited to the following: A. Provide orthopedic consultation to patients. B. Provide consultation and recommendations to providers at The Wewoka Indian Health Center on orthopedic referrals through Contract Health Services. C. Provide notes for the medical records. II. MINIMUM PROFESSIONAL QUAILIFICATIONS: Contractor shall provide a provider who meets the following minimum professional qualifications and requirements: A. Board certified in orthopedics B. Current unrestricted license as a medical doctor in a State of the United States. C. Graduate of an accredited College of Medicine. D. Have current medical insurance in the appropriate amount of $1,000,000 per occurrence and $3,000,000 aggregate. III. QUALITY OF PATIENT CARE: The contractor shall provide proper and adequate specialty clinic for eligible Indian patients serviced under the terms of this purchase order. Proper and adequate services for patient care shall be in accordance with standard orthopedic medical practices and shall be equal in quality to services normally performed for the general public in a Joint Commission of Accreditation for health care organization accredited facility. IV. INDEMNITY AND INSURANCE: The Government assumes no responsibility for negligent acts of either the contractor of his/her employees; therefore, the contractor is responsible for obtaining that amount of professional liability insurance coverage that he/she considers appropriate. The contractor shall keep harmless and indemnify the government against any or all loss, cost, damage, claims, expenses or liability whatsoever resulting from performance of this purchase order. Contractor shall hold the Federal Government and its agents including the Chief Executive Officer, Wewoka Indian Health Center and the government body immune from civil or professional liability for all acts related to quality care management and enforcement of this purchase order. RELATIONSHIP AND LIABILTIES OF PARTIES: INSURANCE REQUIREMENTS: It is expressly agreed and understood the professional services rendered by the contractor are rendered in its capacity as an independent contractor, while this contract contains provisions to allow the Government to evaluate the quality of services provided, and for certain other administrative requirements, the Government retains no control over the professional aspects of the services rendered by the contractor including the contractor's professional judgment and technical aspects of professional procedures; therefore, the contractor shall be solely liable for and liability producing act or omission by the contractor, employees of the contractor, sub contractors or agents of the contractor. V. GOVERNMENT FURNISHED FACILITIES, EQUIPMENT AND SUPPLIES: The Government will provide the faculties and equipment of the Wewoka HIS Health Center for use by the contractor in the provision of orthopedic specialty clinics. The Government will provide supplies as necessary for use by the contractor for performance of orthopedic specialty clinics. The Government will provide assistance in scheduling of patients and in requesting and receiving supplies. VI. WORK SCHEDULE: The contactor shall provide sixty-five (65) Orthopedic Clinics at the Wewoka IHS Health Center, Wewoka, Oklahoma. Clinic days will be discussed with the Administrative Personnel at the Wewoka Indian Health Center at the hours 8:00 a.m. - 4:30 p.m. VII. CONTRACTING OFFICER'S REPRESENTATIVE: The contracting officer's representative representing the Government for the purpose of This contract will be Dr. Ronald Fried, Clinical Director, UPSHS Indian Health Center, P.O. Box 1475, Wewoka, Oklahoma 74884. VIII. NON-PERSONAL HEALTH CARE SERVICE CONTRACT: This contract is a non-personal health care service contract as defined in 37.101 under which the contractor is an independent contractor. The professional service of the contractor will be evaluated by the Government via routine IHS staff members review of physicians charts on a quarterly basis or thereafter as appropriate, however, the Government retains no control over the medical professional aspects of service rendered. (e.g., professional judgment, diagnosis of specific medical treatment). 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 (Apr 2014), 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 "Addendum to Declaration for Federal Employment " (attached) (2) two past performance references to include the contact name phone number, contract number, company name, brief description of project (3) registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/). The provisions of 52.212-2, Evaluation - Commercial Items (Jan 1999) 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. 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 (Aug 2013) OR indicate certifications in ORCA at https://orca@bpn,gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2014), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 System for Award Management (July 2013), 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007), 52.223-6 Drug-free Workplace (May 2001), 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997), 352.224-70 Confidentiality of Information (April 1984), 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 (Dec 2014) 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); 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997); 352-270-18 Crime Control Act-Requirement for Background Checks (Jan 2006). EVALUATION CRITERIA Technical as well as price will be a deciding factor for award of a purchase order. The due date for this requirement is March 6 2015 4:30 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 rate for services. The estimated quantity is sixty-five (65) eight-hour clinics for a one-year period. The estimated start date of award is April 1 2015. C) Provide a "Temporary Waiver of Character Investigation" and "Addendum to Declaration for Federal Employment "form (attached). D) Certifications in ORCA at https://orca@bpn.gov. E) Current license as an Orthopedic/Medical Doctor (any U.S. state or territory). F) Proof of current medical insurance in the appropriate amount of $1,000,000 per occurrence and $3,000,000 aggregate. G) Documentation of two past references. ** Please note that potential awardees will be required to pass a background investigation from the IHS Human Resource Department. This process may take up to two weeks **
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-15-Q-0007/listing.html)
- Place of Performance
- Address: WEWOKA INDIAN HEALTH CENTER, STATE HIGHWAY 56 AND 270 JUNCTION, WEWOKA, Oklahoma, 74884, United States
- Zip Code: 74884
- Zip Code: 74884
- Record
- SN03644517-W 20150220/150218234535-b53ecef212a49b2c3dc5cea383a8de18 (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 |