Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2017 FBO #5661
SOLICITATION NOTICE

Q -- CHILD PSYCHOLOGY CLINICS - CLINTON OK

Notice Date
5/22/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621112 — Offices of Physicians, 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
246-17-Q-0022
 
Archive Date
6/30/2017
 
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
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. This solicitation is issued as Request for Quotes (RFQ) #246-17-Q-0022. This procurement is a 100% small business set-aside under NAICS code 621112 with a standard business size of $11.0 million. Contractor shall provide a firm-fixed rate for sixty (60) eight (8) hour clinics, for a one year period of service, plus two (2) option years. Estimated start date is July 1 2017. The closing date for receipt of quotes is May 31 2017 at 4:30 pm. 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 May 31 2017. 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! STATEMENT OF WORK CHILD & ADOLESCENT PSYCHOLOGY SERVICES Clinton Indian Health Center PURPOSE The purpose of this contract is to provide child psychology consultation, screening, evaluation, treatment planning and treatment services for selected children and families seen at the El Reno and Clinton Indian Health Centers. BACKGROUND-JUSTIFICATION There is a need to have psychology services for children and families for the El Reno Indian Health Center, El Reno, Ok and Clinton Indian Health Center, Clinton, OK. WORK STATEMENT Contractor will provide a total of 480 hours (four 8-hour clinics per month at Clinton Indian Health Center and one 8-hour clinic per month at El Reno Indian Health Center for twelve (12) months) of Child Psychology clinics at the Health Centers as mutually agreed upon by the contractor and Indian Health Service. Clinics will provide comprehensive child psychology consultation services to selected Health Center patients and community child serving agencies. Services shall include but may not be limited to the following: a. Child psychology consultation/in-service training to Behavioral Health and other appropriate health providers concerning screening, evaluation, treatment planning, treatment, treatment evaluation of children and families, and Performance Improvement activities. b. Consultation to Behavioral Health and appropriate community agency staff concerning developmental/mental health screening, enrichment, and prevention services in community Head Start and other community child serving agencies. c. Provide Child mental Health therapy on an appointment basis, providing treatment for the child and family members as needed. d. Performance Period: approximately July 1 2017 through June 30 2018, with an option of two (2) additional years. PERFORMANCE CONDITIONS The Contractor shall provide the services described in the Statement of Work independent of Government Supervision. QUALITY OF PATIENT CARE The Contractor will provide Indian Health Service patients under the terms of this contract proper and adequate accommodations and services, which are the same or equal to those provided to non-Indian Health Service patients and shall include compliance with JCAHO or other certifying body. REPORTING REQUIREMENTS Contractor will use the Indian Health Service medical records system to record appropriate diagnostic and evaluation summaries for each patient seen. These records are to be a permanent part of the Indian Health Service records system and subject to peer reviews and review by other accrediting entities. SPECIAL TERMS AND CONDITIONS A. Privacy Act: In accordance with the Privacy Act, the Contractor shall direct any questions regarding maintaining system of records to this contract to the Oklahoma City Area Privacy Act Coordinator, Jennifer Farris at 405-951-3708. b. Non-personal Services: (1) This contract is a non-personal health care services contract, as defined in 37.101, under which the contractor is an independent contractor, (2) The professional services of the contractor will be evaluated for quality by the Government via routine IHS staff members review of patient charts on a quarterly basis or more often as appropriate, however, the Government retains no control over the medical professional aspects of services rendered (e.g. professional judgments, diagnosis for specific medical or psychological treatment) c. Contractor Qualifications: The contractor shall: (1) Have a Ph.D. in Pediatric Clinical or Counseling Psychology, hold a current license to practice; (2) Have current professional liability insurance; (3) Apply for and be credentialed at Clinton Indian Health Center and El Reno Indian Health Center; (4) Have her/his own transportation to the El Reno Indian Health Center and Clinton Indian Health Center; Quote/Contract Documentation Requirements to be submitted: (1) Copy of current resume or CV; (2) Copy of current license to practice medicine; (3) Copy of current professional liability insurance; IHS PROJECT OFFICER The Project Officer representing the Government for the purpose of this contract will be Jerome Maxey, MBS, Director, Behavioral Health Services, Clinton Service Unit, Clinton, OK, telephone number 580-331-3481. The Project Officer is responsible for: A. Monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in the requirements and amounts of deductions due to the failure of the Contractor to perform. The Project Officer does not have the authority to alter the Contractor's obligations under the contract, direct changes with the Statement of Work, and/or modify any of the expressed terms, conditions, specifications, or contract cost. If as a result of technical discussions it is determined to alter/change contractual obligations or the SOW, the Contracting Officer shall issue such changes in writing via contract modifications. B. Interpreting the scope of work within limits of the Contract. C. Performing technical evaluation as required. D. Performing technical inspection and acceptance required by this Contract. INSPECTION The Project Officer, Service Unit Chief of Behavioral Health, Clinic CEO and Area officials responsible for the quality of care rendered will be authorized to review, by on-site survey, the quality of care rendered under this contract. ACCEPTANCE Payment may be denied by the Indian Health Service where the service provided was outside the scope of the contract. This determination will be made by the Project Officer, Chief Medical Officer, Indian Health Service or other peer review organization. In any event, if the Government denies a claim, the Contractor shall have the right to request review by the Government depending upon the nature of this denial. INVOICE SUBMISSION A. The Contractor shall submit monthly invoices via mail or fax to: Financial Management, Attn: Denise Karr Southeast Region, Oklahoma City Area Office 701 Market Drive Oklahoma City, Oklahoma 73114 Fax: 405-951-3873 or 3763 AND Jerome Maxey,(A) Director, Behavioral Health Services Clinton Service Unit, Clinton Indian Health Center 10321 N. 2274 RD Clinton, OK 73601 Fax: 580-323-2579 B. The Contractor agrees to include the following information on each invoice: (1) Contractor's name and invoice date; (2) Contract number; (3) Description, cost or price, and quantity of services actually rendered; (4) Payment terms; (5) Other substantiating documentation or information as required by the contract; and (6) Name where applicable, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. 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 (JAN 2017), applies to this acquisition. In addition to the information required in FAR 52.212-1, prospective contractors shall provide the following: (1) Dun and Bradstreet Number (note: Contractors must be registered in the System for Award Management (SAM) Registration to be eligible for award. This can be done at https://www.sam.gov/portal/public/SAM/#1) (2) Current license as a psychologist (3) Medical Liability Insurance $1million/$3 million (4) All-inclusive pricing rate for sixty (60) eight-hour clinics, plus two option years (5) Two relevant past references/recommendations The provisions of 52.212-2, Evaluation - Commercial Items (OCT 2014) 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. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2017), 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 (Feb 2016) 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 May 31 2017 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 eight-hour clinic rate for services. The estimated quantity is sixty (60) eight-hour clinics for a one-year period, plus two (2) option years. Propose pricing for: Base Year - July 1 2017 to June 30 2018 (60 clinics) Option Year #1 - July 1 2018 to June 30 2019 (60 clinics) Option Year #2 - July 1 2019 to June 30 2020 (60 clinics) C) Resume or CV D) Current license as a Psychologist (any U.S. state or territory). E) Proof of current medical insurance in the appropriate amount of $1,000,000 per occurrence and $3,000,000 aggregate. F) Documentation of two past RELEVANT 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/246-17-Q-0022/listing.html)
 
Place of Performance
Address: CLINTON INDIAN HEALTH CENTER, 10321 N. 2274 ROAD, CLINTON, Oklahoma, 73601, United States
Zip Code: 73601
 
Record
SN04517578-W 20170524/170522235124-f095cbea19c47b94f543907cd3a98490 (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.