New Mexico Bids > Bid Detail

NPSC Family Medicine Physician for Northern Navajo Medical Center

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159361004285899
Posted Date: Jun 6, 2023
Due Date: Jun 23, 2023
Solicitation No: IHS1472885
Source: https://sam.gov/opp/988654942b...
Follow
NPSC Family Medicine Physician for Northern Navajo Medical Center
Active
Contract Opportunity
Notice ID
IHS1472885
Related Notice
IHS1472885
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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jun 06, 2023 01:38 pm MDT
  • Original Date Offers Due: Jun 23, 2023 12:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jul 08, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: Q999 - MEDICAL- OTHER
  • NAICS Code:
    • 561320 - Temporary Help Services
  • Place of Performance:
    Shiprock , NM 87420
    USA
Description

The Indian Health Service, Shiprock Service Unit (SSU), 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 a Physician Family Medicine for the Family Medicine 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 anticipated Period of Performance date for this requirement will be for twelve (12) continuous months starting from the Date of Award (i.e. 01/10/2022 – 01/09/2023).



The North American Industry Classification System or NAICS code is 561320 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 June 23, 2023. The acquisition is a Indian-Owned Small Business set-aside.



Please email your offers with attached pricing schedule. Email questions no later than 3 days before closing date of this solicitation. Reference solicitation no and title in 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.



For additional information, contact Juliana Jim-Johnson, Purchasing Agent, email: juliana.jim-johnson@ihs.gov



Non-Personal Service Contract (PSC):



Description:



This Request for Quote (RFQ) is for a Non-Personal Service Contract for two (2) Physician Family Medicine healthcare provider to the Family Medicine Department, Northern Navajo Medical Center, Navajo Area Indian Health Service (IHS) throughout the duration of the contract period of performance. 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 starting from the Date of Award (i.e. 01/08/2022 – 01/09/2022). The required services are to commence upon credentialing and fingerprint clearance.



Please ensure your profile has 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

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >