Non-Personal Service Contract for Pediatric Physician

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
State: New Mexico
Type of Government: Federal
FSC Category:
  • Q - Medical Services
NAICS Category:
  • 621111 - Offices of Physicians (except Mental Health Specialists)
Set Aside: Total Small Business Set-Aside (FAR 19.5)
Posted Date: Apr 9, 2024
Due Date: Apr 19, 2024
Solicitation No: IHS1486692PEDS
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Non-Personal Service Contract for Pediatric Physician
Active
Contract Opportunity
Notice ID
IHS1486692PEDS
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
NAVAJO AREA INDIAN HEALTH SVC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Apr 09, 2024 02:59 pm MDT
  • Original Date Offers Due: Apr 19, 2024 11:00 am MDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Q999 - MEDICAL- OTHER
  • NAICS Code:
    • 621111 - Offices of Physicians (except Mental Health Specialists)
  • Place of Performance:
    Shiprock , NM 87420
    USA
Description

The Indian Health Service, Northern Navajo Medical Center (NNMC) located in Shiprock, New Mexico 87420 is seeking capable vendors interested in providing the services to satisfy the requirement for Non-Personal Service Contract for one (1) Pediatric Physician for the Pediatric Department.



**It is the responsibility of the Offerer to submit only qualified, applicable and available full-time personnel. Any personnel submitted by multiple offerers will not be forwarded for evaluation and further consideration.**



The North American Industry Classification System or NAICS code is 561320 – Temporary Help Service with a small business size standard of $30M.



Evaluation factors may include technical capability to meet the government need, minimum education requirements, professional certifications, past performance, and price. Quotes will be due on or by April 19, 2024.



Please email your offers with attached pricing schedule. Email questions no later than 5 days before closing date of this solicitation. Reference solicitation number IHS1486692 on the email subject line.



In accordance with 52.204-7(b)(1) prospective contractors must have – and maintain (in accordance with 52.204-13(c) – an active profile in the System for Award Management at beta.SAM.gov in order to submit a quote.



Non-Personal Service Contract (PSC) - Services shall be performed in accordance with the attached Performance Work Statement (PWS).



PERIOD OF PERFORMANCE: The anticipated Period of Performance date for this requirement will be for twelve (12) continuous months. The required service is to commence upon credentialing and fingerprint clearance.



Please include with the profile(s) 3 references that can be read legibly with current phone numbers and email addresses.



EVALUATION CRITERIA:



The Government reserves the right to issue a single award or multiple awards to contractor(s) whose quote represents the best value as defined by FAR 2.101. In determining best value, Price and other Evaluation Factors will be considered: Past Performance, Experience, and Qualifications of the Provider. The Evaluation Factors and significant sub factors when combined are significantly more important than cost or price. As part of the evaluation process, candidates may be interviewed to ensure their understanding of the PWS and to verify their qualifications to perform required services. The socio-economic status of an offer may also be considered, should one or more quotes represent the best value.



SUBMITTAL PROCESS:



To be considered for award, your offer shall include the following documents:




  1. Provide proposed rates in the Open Market Pricing Schedule. PROVIDE A RATE THAT WILL ALLOW YOU TO RECRUIT PROVIDERS THROUGHOUT THE CONTRACT PERIOD. The Government will consider competitive rates upon negotiation, and will obligate funding on a monthly or quarterly basis.

  2. Provide complete Candidate Profile: Curriculum vitae, resumes, licensures, and all relative documents for proposed candidates.

  3. Provide evidence of Provider’s Experience of comparable scope and complexity in providing services within the past three (3) years.

  4. Provide evidence of the Contract Company’s Past Performance of comparable scope and complexity in providing services within the past three (3) years.



**Profiles will NOT be accepted after closing time/date.



THE GOVERNMENT IS ONLY INTERESTED IN CANDIDATES THAT ARE AVAILABLE AND WILL STAY ON BOARD THE ENTIRE PERFORMANCE PERIOD STATED WITH NO BREAK IN SERVICE.



If two or more agencies submit the same candidate, preference will be given to the agency with the lowest cost if the candidate is selected. Please DO NOT submit candidates that will NOT be available for the performance indicated.



******FINGERPRINTING CARD FBI-FD 258 (PROVIDED BY THE FEDERAL GOVERNMENT) FINGERPRINTING MUST BE CLEARED AND APPROVED PRIOR TO THE START DATE *****



Client background:



Many of the patients may only speak a native language and reside on the reservation. The contractor should be able to show sensitivity to cross cultural and language differences. The contractor must have the ability to work with interpreters in some cases for non-English speaking patients. In situations where interpretation is required, Northern Navajo Medical Center will provide these services.



PRE-SECURITY/FINGERPRINTING CLEARANCE:



The selected provider shall comply with Agency Personal Identity Verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) Guidance M-05-24, and Federal Information Processing Standards Publications (FIPS PUB) Number 201; this includes fingerprinting guidelines. Pre-Security/Fingerprinting must be cleared prior to starting tour of duty and incurring costs.



If provider is selected, the Contractor and provider shall provide the following Pre-Security/Fingerprinting documents:




  1. Complete Resume

  2. OIG Clearance

  3. Licenses/Certifications

  4. Copy of school transcripts

  5. Declaration of Federal Employment (Type/Original Signature)

  6. Child Addendum (Typed/Original Signature)

  7. OFI Form 86C



Client Privileges:



The contractor must be credentialed and clinical privileges granted by the Northern Navajo Medical Center Chief Medical Officer upon award of the contract.



To meet the credentialing standards within the Indian Health Services, all contractors presented for services must meet the following:




  1. Have a full and unrestricted license in all states in which the licenses are held

  2. Have NEVER been the subject of adverse Medical Staff Action (censure, revocation of privileges)

  3. Have no criminal arrests or convictions

  4. Have never been censured by a medical board for opioid use or misuse or sexual misconduct.

  5. Have never been terminated early from a Locums Assignment due to behavior or quality of care concerns.



The Government reserves the right to issue a single award or multiple awards to the Schedule contractors whose quotes represents the best value. In determining best value, the following factors will be considered: Experience, Qualification, Price, and Past Performance (agency) of each proposed candidate.



The rate shall be an ALL-INCLUSIVE rate of regular, over time, holiday worked, travel, per diem, lodging/housing, transportation, meals, taxes, and pay at the flat rate of all hours actually worked. Please submit quotes based All-Inclusive Rate.



No Government housing is available. Nearby towns consist of Farmington, NM and Cortez, CO.



THE CONTRACTOR DOES NOT RECEIVE HEALTH BENEFITS, PAID LEAVE, TSP, EDUCATIONAL FUNDS, MEALS AND TRANSPORTATION TO AND FROM THE JOB SITE.


Attachments/Links
Contact Information
Contracting Office Address
  • PO BOX 9020
  • WINDOW ROCK , AZ 86515
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 09, 2024 02:59 pm MDTSolicitation (Original)

Related Document

Apr 10, 2024[Solicitation (Updated)] Non-Personal Service Contract for Pediatric Physician

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

rfp 2024-0240-CORR/APS Nursing Services for the Adult Detention Faciltiy 2024 0240 CORR APS

Santa Fe County

Bid Due: 5/16/2024

rfp 2024-0224-CSD/JL Family Services 2024-0224-CSD-Family Services.pdf 2024-0224-CSD Family Services ADDENDUM 1 .pdf

Santa Fe County

Bid Due: 5/15/2024

Follow Two (2) Program Assistants - Santa Fe Indian Health Center Active Contract

HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Bid Due: 4/30/2024

rfp 2024-0224-CSD/JL Family Services 2024-0224-CSD-Family Services.pdf

Santa Fe County

Bid Due: 5/15/2024