Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2023 SAM #7730
SOURCES SOUGHT

Q -- Physician - Gynecology Services Part time - White Earth

Notice Date
1/24/2023 9:36:57 AM
 
Notice Type
Sources Sought
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
BEMIDJI AREA INDIAN HEALTH SERVICE BEMIDJI MN 56601 USA
 
ZIP Code
56601
 
Solicitation Number
IHS1463520
 
Response Due
2/8/2023 11:00:00 AM
 
Archive Date
02/14/2023
 
Point of Contact
Jennifer Richardson, Tammy Shumate
 
E-Mail Address
jennifer.richardson@ihs.gov, tammy.shumate@ihs.gov
(jennifer.richardson@ihs.gov, tammy.shumate@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS NOT A SOLICITATION. ��This is a Sources Sought Notice only and is being issued to conduct market research and gain knowledge of current market capabilities. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or a guarantee to issue a solicitation in the future.��This notice does not commit the Government to contract for any supply or service. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Indian Health Service / Bemidji MN, is conducting market research to identify potential sources to perform a five-year firm fixed price contract for part time Gynecology services to White Earth Indian Hospital, MN.� PURSUANT TO: 25 U.S.C. 47, BUY INDIAN ACT TO GIVE PREFERENCE TO: �INDIAN ECONOMIC ENTERPRISES.� This sources sought is to determine potential IEE/ISBEE or OTHER SMALL BUSINESS types with the capability of providing Gynecology services to White Earth Indian Hospital, MN.� � Services will be provided part time only, 1 day per week up to 8 hours.� Additional information enclosed herein.� Provide identified points of contact with capability information.�� PERFORMANCE WORK STATEMENT (PWS) GYN Physician Services for the White Earth Service Unit 1.� General:� This is a non-personnel services contract to provide GYN Physician Services. The Government shall not exercise any supervision or control over the contract service providers performing the services herein.� Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction:� The contractor shall provide all personnel, specialty equipment, transportation, specialty tools, materials, supervision, and other items and non-personal services necessary to perform� GYN Physician Services as defined in this Performance Work Statement� except for those items specified as government furnished property and services.� The contractor shall perform to the standards in this contract. 1.2 Background:� �The White Earth Service Unit (WESU) provides care to a rural, underserved population of American Indian (AI)/ Alaska Native (AN) patients.� There is a need for access to GYN Specialty Care that is currently being provided through a non-personal services contract. 1.3 Objectives: �Provide local routine, urgent, and emergent GYN Physician Specialty Services to help IHS and HHS accomplish its goal of improving access to high quality healthcare to AI/AN patients and raise the overall health of the Nation. 1.4 Scope:� GYN Physician Services. �Services may include but are not limited to the following: �������������� Shall participate and complete orientation; �������������� Expected to treat 12-16 patients per eight hour work day; �������������� Shall provide routine and emergency general OB/GYN services; �������������� Provide diagnostic/examination, screening, initial and periodic; �������������� Provide emergency care diagnosis and treatment; �������������� Interview and collection of pertinent health data from patient; �������������� Review past medical history; �������������� Evaluation/assessment of patient condition and documentation in a legible manner; �������������� Institution of patient treatment plans; �������������� Assurance of necessary patient follow-up; �������������� Conduct case conference with IHS staff, patient, and/or guardian as necessary; �������������� Request diagnostic tests/examinations as deemed necessary; �������������� Arrange for specialized care and referrals for serious illnesses or trauma; �������������� Follow IHS guidelines for Contract Health Service (CHS)/Purchased and Referred Care (PRC) referrals; �������������� Shall be knowledgeable and perform services using infection control practices in accordance with accreditation standards, IHS policy and procedures, OSHA, and other regulating agencies and laws; �������������� Shall use personal protective equipment to protect patient and personnel from exposure to infectious disease as appropriate, e.g., blood borne pathogens, TB, MRSA, etc. �������������� Management of chronic health problems; �������������� Order medications from pharmacy as necessary; �������������� Fully participate in medical staff functions; �������������� Maintain medical staff privileges; �������������� Provides services in a professional and respectful manner when dealing with patients and colleagues; �������������� Shall respect and maintain the basic rights of patients including personal dignity; �������������� Shall meet all Medicare �Conditions of Participation� applicable to performance of this contract; �������������� Shall obtain and maintain enrollment with Medicare, Medicaid and private insurers to allow for IHS billing; �������������� Must be able to speak with sufficient clarity, interpret, read, and write in English; �������������� Other related duties as assigned. ��The contractor shall accomplish GYN Specialty Care Services. Period of Performance:� The period of performance shall be for one (1) Base Year of 12 months and four (4) 12-month option years.� The Period of Performance reads as follows: Base Year��������������������������������������������� Option Year I�������������������������������������� Option Year II���� Option Year III Option Year IV������������������� 1.6 General Information 1.6.1 Quality Control:� The contractor shall participate in local health care based Quality Control initiatives.������� � 1.6.2 Quality Assurance:� The government shall evaluate the contractor�s performance under this contract in accordance with American Medical Association guidelines and other applicable medical standards.� This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards.� It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s).������ 1.6.3 Recognized Holidays: �The contractor will not perform duties on Scheduled Government Holidays. New Year�s Day����������������������������������������������������������������� Labor Day Martin Luther King Jr.�s Birthday���������������������������������� Columbus Day President�s Day������������������������������������������������������������������ Veteran�s Day Memorial Day��������������������������������������������������������������������� Thanksgiving Day Juneteenth��������������������������������������������������������������������������� Christmas Day Independence Day������������������������������������������������������������� 1.6.4 Hours of Operation:� The contractor is responsible for conducting business, up to one day per week between the hours of 0800 Hours and 1630 Hours Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings.� For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons.� The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons.� When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential.��� 1.6.5 Place of Performance:� The work to be performed under this contract will be performed at the White Earth Service Unit. 1.6.6 ��Type of Contract:� The government will award a firm fixed price contract. �� 1.6.7�� Security Requirements:� Contractor personnel performing work under this contract must have a suitability background check prior to starting work at WESU, and must maintain the level of security required for the life of the contract (cNACI).� The security requirements are in accordance with the attached DD254 1.6.7.1 PHYSICAL Security: �The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.6.7.2 Key Control:�� The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons.� NOTE: All references to keys include key cards.� No keys issued to the Contractor by the Government shall be duplicated.� The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan.� Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas.� The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer. 1.6.7.2.1. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying.� When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. �In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. 1.6.7.2.2. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor�s employees.� The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. 1.6.7.3��� Lock Combinations:��� The Contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons.� The Contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations.� These procedures shall be included in the Contractor�s Quality Control Plan. 1.6.8 ��Special Qualifications:� The contractor shall supply GYN Board Certified Physicians with BLS Certification, Active and unrestricted State Medical License (per IHS Policy) and current DEA License. 1.6.9 Post Award Conference/Periodic Progress Meetings:� The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance.� At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced.� Appropriate action shall be taken to resolve outstanding issues.� These meetings shall be at no additional cost to the government.� 1.6.10 Contracting Officer Representative (COR):� The (COR) will be identified by separate letter.� The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel.� A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates.� The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.11 Key Personnel: �The follow personnel are considered key personnel by the government:� GYN Physicians.� The contractor shall provide a contract manager who shall be responsible for the performance of the work.� The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer.� The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. �The contract manager or alternate shall be available between, 8:00 a.m. to 4:30p.m., Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons.� Qualifications for all key personnel are listed below:� Must have completed a course of study and residency training so as to qualify for state medical physician licensure and GYN Board Certification, BLS Certification, DEA Licensure, read and write in English, have basic computer knowledge to complete medical records using the WESU Electronic Health Record.������������ �� 1.6.12 Identification of Contractor Employees:�� All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials.� They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. �Key personnel will be required to wear an identification badge per WESU Policy. 1.6.13 Contractor Travel: �Contractor will be required to travel to the WESU, which includes White Earth Health Center, Naytahwaush Clinic, and Pine Point Clinics at the contractors expense. The firm fixed hourly rate will be all-inclusive. 1.6.14 Other Direct Costs��� N/A 1.6.15 Data Rights:�� The Government has unlimited rights to all documents/material produced under this contract.� All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government.� These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer.� All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose.� This right does not abrogate any other Government rights. Medical records are the property of the White Earth Service Unit and IHS. 1.6.16 Organizational Conflict of Interest:� Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5.� The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI.� The Contractor�s mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may effect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8089c4c8349b49e6aca3b26d14cabb5b/view)
 
Place of Performance
Address: Ogema, MN 56569, USA
Zip Code: 56569
Country: USA
 
Record
SN06572320-F 20230126/230124230110 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.