PHYSICAL AND OCCUPATIONAL THERAPY SERVICES FOR WEWOKA IHS
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Jul 02, 2024 02:47 pm CDT
- Original Published Date: Jul 02, 2024 02:45 pm CDT
- Updated Date Offers Due: Jul 12, 2024 02:00 pm CDT
- Original Date Offers Due: Jul 12, 2024 02:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Jul 27, 2024
- Original Inactive Date: Jul 27, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Q999 - MEDICAL- OTHER
- NAICS Code:
- 621340 - Offices of Physical, Occupational and Speech Therapists, and Audiologists
- Place of Performance: Wewoka , OK 74884USA
Description
Combined Synopsis/Solicitation RFQ # 246-24-Q-0139
Page 1 of 4
This is a combined synopsis/solicitation for commercial items prepared in accordance with
the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with
additional information included in this notice. This announcement constitutes the only
solicitation; quotes are being requested in response to this notice and a written solicitation
will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) # 246-
24-Q-0139. Submit only written quotes for this RFQ. This solicitation is NOT SET ASIDE
FOR SMALL BUSINESS. This solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 2024-05. The associated
NAICS code is 621430.
This RFQ contains ONE (1) Line Items:
CLIN DESCRIPTION
01 PHYSICAL & OCCUPATIONAL THERAPY 10/13/2024 – 10/12/2027
PERIOD OF PERFORMANCE: 10/13/2024 – 10/12/2027
The estimated value of the Blanket Purchase Agreement (BPA) Order is $240,000.00
Vendor Requirements: SEE ATTACHED STATEMENT OF WORK
Submit Quotes no later than: 07/12/2024 02:00p.m. CDT to the Following Point of Contact:
Mary Ann Yocham, Contract Specialist, via Email: maryann.yocham@ihs.gov.
Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):
(a) The Government will award a firm fixed price BPA resulting from this solicitation to the
responsible offeror whose offer conforming to the solicitation will be most advantageous to the
Government, with location and past history being more important than price. The following factors
shall be used to evaluate offers:
Best Value (see criteria below)
Pricing
- Pricing will be evaluated on total cost and should be medicare like rates.
Technical Capabilities
• Vendor shall possess a current, unrestricted license in the State of Oklahoma for
Physical and Occupational Therapy.
• Vendor shall offer Medicare Rates. (Please see attached pricing schedule and
complete fully)
• Physical and Occupational Therapy services must be fulfilled at vendor’s location.
• Vendor’s location shall be located within forty (40) miles of Wewoka Indian Health
Center 33640 HWY 56 Wewoka, OK 74884
Past History Performance
- Vendor shall submit 3 past history performance references
Combined Synopsis/Solicitation RFQ # 246-24-Q-0139
Page 2 of 4
VENDORS SHALL SUBMIT THE FOLLOWING:
COMPLETED PRICE SCHEDULE
COPY OF LICENSE
ADDRESS WHERE SERVICES WILL BE PERFORMED
PAST HISTORY PERFORMANCE REFERENCES
VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE
SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING
SOLICITED
This solicitation will result in a firm fixed price Purchase Order pursuant to the terms and conditions
below. Terms and conditions other than those stated will not be accepted. The above pricing is
all inclusive.
PROVISIONS: The following FAR provisions apply to this solicitation:
FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations
and Certifications- Commercial Items (the offeror should include a completed copy of this
provision with their quote).
CLAUSES: The following FAR clauses apply to this solicitation:
FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services
(Nov 2023); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or
Executive Orders-Commercial Products and Commercial Services (May 2024) (to include the
following clauses sited): FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023);
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun
2020); FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023); FAR 52.204-
30, Federal Acquisition Supply Chain Security Act Orders-Prohibition, (Dec 2023); FAR 52.209-
6, Protecting the Government’s Interest when Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment. (Nov 2021); FAR 52.219-6, Notice of Total Small
Business Set-Aside (Nov 2020); FAR 52.219-28, Post Award Small Business Program
Representation (Feb 2024); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-19, Child
Labor-Cooperation with Authorities and Remedies (Feb 2024); FAR 52.222-21, Prohibition of
Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222-35,
Equal Opportunity for Veterans (Jun 2020); FAR 52.222-36, Equal Opportunity for Workers with
Disabilities (Jun 2020); FAR 52.222-37, Employment Reports on Veterans (Jun 2020); FAR
52.222-50, Combatting Trafficking in Persons (Nov 2021); FAR 52.224-3, Privacy Training (Jan
2017); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021); FAR 52.226-8,
Encouraging Contractor Policies to Ban text Messaging While Driving (May 2024); FAR 52.232-
33, Payment by Electronic Funds Transfer- System for Award Management (Oct 2018); FAR
52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for
Certain Services-Requirements (May 2014); FAR 52.217-8, Option to Extend Services (Nov 1999);
FAR 52.224-1, Privacy Act Notification (Apr 1984); FAR 52.224-2, Privacy Act (Apr 1984); FAR
52.252-2, Clauses Incorporated By Reference (Feb 1998); FAR 52.252-6, Authorized Deviations
in Clauses (Nov 2020); HHSAR 352.204-72, Records Management (Feb 2024); HHSAR 352.211-
3, Paperwork Reduction Act (Dec 2015); HHSAR 352.222-70, Contractor Cooperation in Equal
Employment Opportunity Investigations (Dec 2015); HHSAR 352.224-70, Notification of System
of Records Notice (Feb 2024); HHSAR 352.226-1, Indian Preference (Dec 2015); HHSAR
352.232-71, Electronic Submission of Payment Requests; HHSAR 352.237-70, Pro-Children Act,
Combined Synopsis/Solicitation RFQ # 246-24-Q-0139
Page 3 of 4
HHSAR 352.237-71, Crime Control Act-Reporting of Child Abuse (Dec 2015); HHSAR 352.237-
72, Crime Control Act-Requirement for Background Checks (Dec 2015); HHSAR 352.237-73,
Indian Child Protection and Family Violence Act (Dec 2015); HHSAR 352.237-74, Non-
Discrimination in Service Delivery (Dec 2015); HHSAR 352.239-78, Information and
Communication Technology Accessibility Notice (Feb 2024); HHSAR 352.239-79, Information and
Communication Technology Accessibility (Feb 2024); The above Provisions and Clauses may be
obtained via internet at https://www.acquisition.gov/
And https://www.acquisition.gov/hhsar
Miscellaneous:
NO FAX QUOTATIONS
ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE
ELECTRONIC SUBMISSION. (maryann.yocham@ihs.gov)
All contractors must be registered in the System for Award Management database located
at https://www.sam.gov/sam/ prior to any contract award. Please submit the following
information with each quote: Vendor Name, Cage Code, UEI, Tax Identification Number,
Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote
expires, warranty, total price for each line item, total quote price, and technical
documentation in sufficient detail to determine technical acceptability. Failure to provide
sufficient technical detail may result in rejection of your quote.
Department of Health and Human Services
Indian Health Service
Oklahoma City Area
1
Statement of Work (SOW)
Physical/Occupational Therapy
1. PURPOSE OF THE PROJECT
The Indian Health Services (IHS) has a requirement for Physical and Occupational Therapy services for
referral patients of the Wewoka Indian Health Center, Wewoka, OK.
2. DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS
The contractor shall provide:
A. Physical Therapy and Occupational Therapy on a referral-based service for patients of the
Wewoka Indian Health Center.
B. The vendor’s facility shall be with-in forty (40) miles of Wewoka Indian Health Center
36640 Hwy 56 Wewoka, OK 74884.
C. The Vendor shall perform all services at the facility that is located with-in forty (40) miles of
Wewoka Indian Health Center 36640 Hwy 56 Wewoka, OK 74884.
D. Provide professional evaluations of patients for the determination of therapy and provide to the
referring physician in a timely manner, (no later than five business days from the date of
evaluation), a written plan of therapy with estimated number of therapy sessions to accomplish
the planned therapy outcome.
E. If the referral has a physician directed number of therapy sessions identified the therapist shall
provide the therapy services as directed by the referral.
F. If during the course of therapy services, it becomes necessary to alter the identified therapy
course, based upon continuity and quality of patient care, written documentation of a suggested
therapy course of treatment shall be submitted to the referring physician for approval.
G. Provide, after completion of the therapy course plan, to the referring physician, a written
evaluation of the effectiveness of the completed therapy and any other recommended post
therapy patient directives. Facsimile reports are approved for notification to the clinic/requesting
physician in support of continuity of patient care and documentation of quality of performance.
H. Monthly invoice statements shall be inclusive of the following:
a. EOB (Explanation of Services) for patients who have private insurance coverage.
b. Total number of referral procedures done on monthly invoice statement.
c. Cost per referred patient including patient name, date of service, and cost per procedure
that includes all services and supplies per patient (facility charge, evaluation charge and
all therapy services performed).
d. Total monthly charges by patient and totaled monthly combined charges.
3. PERIOD OF PERFORMANCE
The Period of Performance is a base year twelve (12) months plus two (2) twelve (12) months option
years.
4. LEVEL OF EFFORT
4.1 The Contractor shall be responsible for providing facilities and services necessary for the fulfillment
of this contract.
4.2 Indemnity and Insurance:
A. The Government assumes no responsibility for the negligent acts of the Contractor. The
Contractor shall keep harmless and indemnify the government against any or all loss, cost,
Department of Health and Human Services
Indian Health Service
Oklahoma City Area
2
damage, claims, expense or liability whatsoever as a result from the performance of the
Contractor.
B. The Contractor shall hold the Federal Government and its agents including the Clinical
Director and the Governing Body immune from civil or professional liability for all acts
related to quality care management and enforcement of this contract.
4.3 Contractor Qualification Requirements:
A. Shall possess a current unrestricted license in the state of Oklahoma for
Physical/Occupational Therapy
5. SPECIAL REQUIREMENTS
5.1 The contractor shall not disclose or cause to disseminate any information concerning operations of
Wewoka Indian Health Center. Such action(s) could result in violation of the contract and possible
legal actions.
5.2 All inquiries, comments, or complaints arising from any matter observed, experienced or learned
of as a result of or in connection with the performance of the contract, the resolution of which may
require the dissemination of official information, shall be directed to the government’s designated
representative.
5.3 Quality Control:
A. Evidence of therapy plans of care and progress/discharge notes shall be reported to the
referring provider from the Wewoka Indian Health Center.
B. Quality of professional services provided shall be at a level commensurate with standards of
the medical profession in general.
C. Professional surveillance of services under this contract shall be provided by the Project
Manager at the Wewoka Indian Health Center.
D. The TherapyDepartment head shall be responsible for monitoring and evaluating the quality
and appropriateness of therapy services provided and shall maintain the quality control
program to minimize the unnecessary duplication of therapy studies and to maximize the
quality of therapy evaluations and therapy regimens available.
E. Accountability requires that all services be under professional direction, therefore, the
Contractor shall be fully responsible for any subcontracts, professionally, administratively and
financially.
F. Services shall be fully coordinated and integrated with the direct patient care program with
respect to services provided and professional relationships.
5.4 Rates of Payment:
A. Payments from Wewoka Indian Health Center shall not exceed Medicare like rates for the
services provided.
B. Payments made to the vendor from other payor sources that exceed Medicare like rates are
deemed appropriate.
C. Wewoka Indian Health Clinic shall pay deductibles and co-pays not to exceed Medicare like
rates.
D. If the facility awarded the contract has critical access designation, reimbursement shall be
made based on the current CMS percentage rate charges and not by the Medicare fee schedule.
E. If the contractor’s price changes as a result of notification from CMS or cost to charge ratio,
they shall provide a letter from CMS to Wewoka Indian Health Center within 30 days of
receipt along with a corrected price list in order to be paid at the new rate.
Department of Health and Human Services
Indian Health Service
Oklahoma City Area
3
F. Any fees for services or materials outside the scope of this contract are solely and completely
between the Contractor and the provider of those services or materials, and are excluded as a
part of the per patient IHS invoicing.
6. DELIVERABLES AND REPORTING REQUIREMENTS
6.1 Contractor Point of Contact: The contractor shall furnish one designated point of contact (POC) to
the government’s designated representative for coordination of patient coordination scheduling,
and invoicing.
6.2 Evidence of therapy plans of care, progress note, and/or discharge summary shall be reported to
the referring provider from the Wewoka Indian Health Center within five business days.
6.3 The Therapist shall provide special reports requested by the Contracting Officer during the
contract on technical or administrative aspects of contract performance. Request for such reports
shall be provided in writing to the Contractor stipulating information required, time frames for
response and instructions on submission
7. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES
7.1. The Wewoka Indian Health Center shall provide a written referral for Physical, and Occupation,
patient information sheet and recommendations from outside specialty providers.
7.2. Coordinate scheduling between the Wewoka Indian Health Center and the Contractor.
7.3. No use of Wewoka Indian Health Center facilities shall be deemed necessary for the fulfillment of
this contract.
8. CONTRACTOR FURNISHED PROPERTY, FACILITIES AND SERVICES
8.1 The contractor shall furnish facility
9. CHANGES TO THE STATEMENT OFWORK (SOW)
Any changes to this SOW shall be authorized and approved only through written correspondence from
the Contracting Officer. Costs incurred by the contractor through the actions of parties other than the
Contracting Officer shall be borne by the contractor.
Attachments/Links
Contact Information
Contracting Office Address
- 701 MARKET DRIVE
- OKLAHOMA CITY , OK 73114
- USA
Primary Point of Contact
- Mary Ann Yocham
- MaryAnn.Yocham@ihs.gov
- Phone Number 4059516043
- Fax Number 4059513771
Secondary Point of Contact
History
- Aug 01, 2024 11:00 pm CDTCombined Synopsis/Solicitation (Updated)
- Jul 10, 2024 10:55 pm CDTSources Sought (Original)
- Jul 02, 2024 02:47 pm CDTCombined Synopsis/Solicitation (Updated)
- Jul 02, 2024 02:45 pm CDTCombined Synopsis/Solicitation (Original)