SOLICITATION NOTICE
Q -- Diabetic Ophthalmology Clinics
- Notice Date
- 2/16/2007
- Notice Type
- Solicitation Notice
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 3625 N.W. 56th 5 Corp Plaza, Oklahoma City, OK, 73112, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- 246-07-Q-0040A
- Response Due
- 3/1/2007
- Archive Date
- 3/16/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This announcement is part 1 of 3 parts. Parts 2 and will be listed as 246-07-Q-0040B and 0040C. 100% SMALL BUSINESS SET ASIDE for diabetic ophthalmology clinics to be held approximately 1 day per month (total 12 clinics per year) at the Lawton USPHS Indian Hospital, Lawton, OK. The requirement includes a base year and 2 option years. Estimated start date is March 15, 2007. The closing date for receipt of quotes is March 1, 2007. Quotes may be faxed to Sara Marcus, CS, at 405-951-3771 or mailed to Acquisition Mgt, OCAO IHS, 3625 NW 56 Street, Five Corporate Plaza, Oklahoma City, OK 73112-4519. Qualified vendors must review the following and submit applicable information: PART 1: I. Statement of Work The Contractor shall provide twelve (12) diabetes ophthalmologic specialty clinics per year at the Lawton Indian Hospital in Lawton, Oklahoma. These clinics will be provided in accordance with the work schedule shown in Paragraph VI on an agreed upon date with the Lawton Indian Hospital, a total of twelve clinic days per year. The hours of scheduled clinic will be from 9:00 a.m. to 5:00 p.m. The clinics will include: A. Obtain and/or review of clinical data base relevant to the specialty problem, including history, examination, diagnosis, and treatment of eye diseases related to diabetes. B. The Indian Health Service Diabetes Standards of Care will be utilized in the provision of care to persons with diabetes. Other clinical practice standards to follow are: 1. The Diabetic Retinopathy Study (DRS) 2. The Early Treatment of Diabetic Retinopathy study (ETDRS) 3. The diabetic Retinopathy Vitrectomy Study 4. The Diabetes Control and Complications Trial (DCCT) 5. The American Academy of Ophthalmology (AAO) Preferred Practice Pattern for Diabetic Retinopathy, Cataract, and Glaucoma C. Provide notes for the medical record using the Patient Care component form and other related IHS documentation. D. Provide Continuing Medical Education four times in the year, on a topic agreed upon with the Lawton Indian Hospital Optometrist. E. Expected procedures to be performed in this specialty clinic includes: 1. glaucoma evaluation 2. retinal evaluation 3. evaluation of other diabetes related eye disease 4. fundus photography interpretation 5. fluorescein angiography 6. Optical Coherence Tomography interpretation 7. argon focal laser photocoagulation 8. argon pan retinal photocoagulation 9. argon laser trabeculoplasty 10. YAG laser capsulotomy 11. YAG or Argon laser peripheral iridotomy 12. A and B scan ultrasonography F. Will review retinal photographs and retinal angiography results transmitted via email and provide phone consultative services related to these images. II. Minimum Professional Qualifications Contractor will provide a Doctor of Ophthalmology who meets the following minimum professional qualifications and requirements: A. Current unrestricted medical license as Medical Practitioner in the state of Oklahoma or continental United States B. Graduate of an accredited College of Ophthalmology. C. Completed an approved residency in ophthalmology. D. Demonstrate training and experience in the treatment of Diabetic Retinopathy. E. Complete application and be awarded privileges at the Lawton IHS Indian Hospital. F. Documentation of current Continuing Medical Education as related to ophthalmology. G. Have current medical insurance in the appropriate amount of $1,000,000 per occurrence and $3,000,000 aggregate. III. Quality of Work The contractor will provide proper and adequate Diabetes Specialty clinics for eligible Indian patients served under the terms of this contract. Proper and adequate services for patient care will be in accordance with standard medical practices and will be equal in quality to services normally performed for the general public in a facility accredited by Joint Commission of Accreditation for Health Care Organizations. All services will be performed in accordance with the Performance Improvement program at the Lawton IHS Indian Hospital. IV. Indemnity and Insurance The government assumes no responsibility for negligent acts of whether the contractor or his or her employees, therefore, the contractor is responsible for obtaining that amount of Professional liability insurance coverage as stated in paragraph II. The contractor will keep harmless and indemnify the government against any or all loss, cost damage, claims, expense or liability whatsoever resulting from the performance of this purchase order. Contractors will hold the Federal Government and its agent including the Chief Executive Officer, Lawton Indian Hospital, and the Governing Board immune from civil or professional liability for all acts related to quality care management and enforcement of this purchase order. RELATIONSHIP AND LIABILITIES OF PARTIES, INSURANCE REQUIREMENTS It is expressly agreed and understood that the Professional Services rendered by the contractor are rendered in its capacity as an independent contractor. 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 will be solely liable for any liability producing act or omissions by the contractor, employees of the contractor, subcontractor, or agents of the contractor. V. Government furnished facilities, equipment and supplies The government will provide the facilities, standard equipment and specialized instruments of the Lawton Indian Hospital for use by the contractor in the provision of Diabetes specialty clinics. The government will provide supplies as necessary for use by the contractor for performance of Diabetes Specialty Clinics. The government will provide assistance in scheduling of patients and in requesting and receiving supplies. VI. Work Schedule The contactor will provide 12 ophthalmology clinics during per year at the Lawton Indian Hospital, Lawton, Oklahoma. The hours scheduled for the clinics are for eight (8) hours to be scheduled after consulting with the Project Officer, Lawton Indian Hospital. Overtime will be at the expense of the contractor. VII. Reporting Requirements The contractor will submit to the Contracting Officer?s Representative the following items in the quantities stipulated within the time frame identified below: 1. Monthly report & invoice in accordance with paragraph a below. Submit an Original + two (2) copies. Due 10 days following last day of invoicing period. 2. Special reports as required by the contracting officer. Submit an Original + two (2) copies. Due as specified by the contracting officer. a. Monthly invoices will be submitted on Contractor?s stationary and will reflect a signature of duly authorized agent of Contractor. Invoices will include a register of patients treated reflecting the following: date of birth, chart number, and date of clinics during which each service was provided. This will be separate from the invoice. Monthly Report of services and invoices will be submitted within the time periods stipulated above to: Financial Management Branch, Oklahoma City Area IHS, 3625 NW 56th Street, Five Corporate Plaza, Oklahoma City, OK 73112-4519 b. Special reports may be requested by the Contracting Officer during the contract on technical or administrative aspects of contract performance. The contractor will complete all records, documentation, audits and reports in compliance with Indian Health Service Program policies for patient services and medical records. VIII. Reference Material Contractors will be required to perform services in accordance with the Indian Health Service Program Quality Improvement Document. This is available upon request from the Chief Medical Officer, Southeast Region, Oklahoma City Area Office, Indian Health Service, Oklahoma City, OK. (405) 951-3820. CONTINUED ON ANNOUNCEMENTS 246-07-Q-0040B and 246-07-Q-0040C
- Place of Performance
- Address: Lawton USPHS Indian Hospital, 1515 Lawrie Tatum Road, Lawton, OK
- Zip Code: 73507
- Country: UNITED STATES
- Zip Code: 73507
- Record
- SN01233747-W 20070218/070216220432 (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 |