Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2009 FBO #2722
SOLICITATION NOTICE

Q -- Plastic Surgeon

Notice Date
5/8/2009
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
6707 Democracy Blvd, Suite 106, MSC 5480 Bethesda MD 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
159494
 
Response Due
5/23/2009
 
Point of Contact
India A. Payne, Contract Specialist, Phone 301-496-4848, Fax 301-480-1149
 
E-Mail Address
ipayne@nih.gov
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Professional Services Contract Plastic Surgeon Department of Anesthesia and Surgical Services Background Information The National Institute of Health (NIH) is the nation’s foremost federally funded biomedical research institution. It consists of twenty-seven Institutes, Centers and Divisions. The Warren G. Magnuson Clinical Center is an on-site 267-bed hospital for the NIH campus encompass of clinical, laboratory and administrative staff who support the Institutes as they conduct clinical research working with inpatients and outpatients participating in research studies at the NIH. The Department of Anesthesia and Surgical Services (DASS) provides surgical service support to patients enrolled in the experimental protocols of several Institutes. The Department of Anesthesia and Surgical Services provides support for several research protocols that demand surgical interventions. Many of these surgical interventions can produce physical deformities that require reconstructive interventions. The Clinical Center has a critical need to ascertain a contract for a plastic surgeon to endow with such services. General Requirements The contracted plastic surgeon will be responsible, in performance with the primary consultant surgeon, to consult on patients, perform pre-surgical evaluations, surgical plastic surgery procedures, and post operative follow up. The selected vendor will perform all services onsite and work at the direction of the attending NIH surgeon. Examples of cases performed at the Clinical Center include, but are not limited to: Adjacent tissue transfer, Scalp, Subcutaneous mastectomy, and Reduction mammoplasty, Implant reconstruction, NAC reconstruction, Latissimus reconstruction, TRAM, Capsulectomy. Provide a cost estimate each type of procedure. Location, Time and Duration of Services Provision professional plastic surgery services at the NIH Clinical Center upon the request of the attending NIH surgeon. The surgery will be scheduled at a mutually agreed time by all parties involved. Normal operating room hours are Monday through Friday between the hours of 7:00 a.m. and 3:30 p.m., exclusive of Federal Holidays. All coordination of cases will be the responsibility of the attending NIH surgeon. All current standard operating procedures for scheduling of cases within DASS will remain in effect. Services shall be conducted within the designated operating suites and clinics in the NIH Clinical Center. NIH shall provide and maintain all equipment and supplies necessary for the contractor to carry out the services as specified herein. Medical drugs and supplies required for patient use will be supplied by the NIH. The initial period of performance will be for 12 months from the award date of the purchase order July 1, 2009 through June 30, 2010.The initial period of performamnce will be for 12 months from the award date of the purchase order. The Government has the unilateral right to extend the term of services for an additional 2 one year period. FAR 52.217-9 is hereby incorporate within this order. If the options are excised pricing would be from the most current Medicare CPT Code price listing. Variable surgical caseload precludes the NIH from establishing a set schedule; complexities will be performed during the initial 12 month period of performance. The Government has obligated $100,000 for the base year. In the event that the number of cases increases beyond the original estimated number the Government will make a determination as to whether or not it wishes to increase the current funds obligated. If the Government decided to provide additional funding it will be through a bilateral modification of the purchase order. Again, the pricing is based upon the most current 150% of the Medicare CPT Code cost per procedures list. Specific Task Requirements 1. The contractor will be licensed in a state, territory or commonwealth of the United States or District of Columbia, with board certification/eligibility in Plastic Surgery. 2. The contractor will provide personal medical liability insurance at the standard $1 million per claim/$3M aggregate. 3. The contractor shall indemnify the Government for any liability producing act or omission by the contractor during the contract performance. Contractors shall not be considered at any time employee(s) of the Federal Government for any purpose. 4. The contractor shall comply with all hospital policies and requirements established by the Joint Commission on the Accreditation of Healthcare Organizations. 5. The contractor must provide necessary credentialing documents and references for privileges in the Clinical Center. 6. The contractor must provide proof of a negative TB test, and documentation of Hepatitis B Vaccination before reporting to work at the Clinical Center. The Government may evaluate the quality of professional and administrative services provided, but retain no control over the medical, professional aspect of services rendered (i.e., professional judgments, diagnosis for specific medical treatment). Invoice Procedures The Chief, Department of Anesthesia and Surgical Services, CC, NIH, will be responsible for accepting and approving all services provided by the contractor. The fee schedule is based in the most prevailing Medicare rate per CPT code. The contractor will invoice the Clinical Center after each episode of care (i.e. pre-operative services, surgery, and post-operative services), specifying date of service, the name of the attending NIH surgeon, CPT-code, and procedure title. All vendors must registered in the CCR in order to receive payment. Invoices should be issued as follows: Original invoice directed to: The Office of Financial Management/OFM/NIH Commercial Accounts 2115 E Jefferson St. MSC 8500 Suite 4B – 432 Bethesda, MD 20892-8500 Please provide a courtesy cop to: Ms. Phetima Johnson Administrative Officer Dept. of Anesthesia and Surgical Services, CC National Institutes of Health Bldg 10, Room 2C537B 10 Center Drive, MSC 1512 Bethesda, MD 20892 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/159494/listing.html)
 
Place of Performance
Address: National Institutes of Health Department of Anesthesia and Surgical Services 9000 RockvillePike, Bldg 10, Room 2C529 Bethesda,Maryland 20892 Bethesda, MD
Zip Code: 20892
Country: US
 
Record
SN01812818-F 20090510/090509165750 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.