Federal Bid

Last Updated on 21 Feb 2020 at 4 AM
Sources Sought
Bethesda Maryland

Acupuncture Services

Solicitation ID NIH-CC-OPC-SS-20-004330
Posted Date 22 Jan 2020 at 2 PM
Archive Date 20 Feb 2020 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office National Institutes Of Health - Cc
Agency Department Of Health And Human Services
Location Bethesda Maryland United states 20892

The National Institutes of Health, Clinical Center is conducting a market survey/sources sought to help determine the availability and technical capability of qualified small businesses, veteran-owned small businesses, service disabled veteran-owned small businesses and/or HUBZONE small business capable of serving the needs mentioned below. This market survey/sources sought announcement is not a request for proposals and the Government is not committed to award a contract pursuant to this announcement. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research.  The Government will not pay for any costs incurred in the preparation of information for responding to this market survey.

A. Background
The mission of the National Institutes of Health (NIH) is to uncover new knowledge that will lead to better health for everyone. The NIH accomplishes that mission by conducting research in its own laboratories; supporting the research of non-Federal scientists in universities, medical schools, hospitals, and research institutions throughout the country and abroad; helping in the training of research investigators; and fostering communication of biomedical information.
The NIH Clinical Center (CC) is a 240-bed federally funded, biomedical research hospital located on the NIH campus in Bethesda, Maryland. The Clinical Center is the delivery setting for all NIH intramural clinical research protocols. The hospital complex consists of two main facilities that are connected to each other by "bridges". The original 14-story building is 2.5 million square feet and continues to house the clinical laboratories, imaging sciences, surgical suites, and several outpatient clinics. The new 870,000 square foot facility houses inpatient units and day hospitals. Patients are admitted to the NIH Clinical Center from all over the world for the sole purpose of participating in a clinical research protocol.
 
The Pain and Palliative Care Service (PPCS) provides consultation services and research support to the various institutes of NIH by collaborating on research protocols with institute physicians and health care professionals and by conducting independent research that may involve institute patients.  Some of the services provided are:  conventional and experimental medications evaluation, massage, hypnosis, acupuncture, relaxation, reiki, labyrinth facilities and services.
 
NIH CC PPCS expects to provide any/all institutes with the highest quality of supportive pain symptom management using the acupuncture modality.  Acupuncture has established a reputation as a very effective strengthener of the respiratory and immune system.  In addition, its relief in pain levels is recognized almost immediately as the treatment begins.  The contractor must develop an effective working relationship with the PPCS interdisciplinary team as well as the primary teams to ensure none of the care plans are in conflict or violate the rules and guidelines of the various protocols studied at NIH. 
 
 

B.Statement of Objective
 
To procure acupuncture support for NIH Clinical Center patients referred for pain and symptom management purposes.
 

C. Statement of Work
 

Contractor is required to work 50 weeks per year and 8 hours per week No overtime or weekend hours are anticipated for this award.

The contractor will provide acupuncture services, which includes patient assessment and evaluations, as well as treatment. All supporting medical documentation for each session must be completed within twenty-four hours of each treatment and noted in the patient medical records. The core team must review pain assessment and care plans every three to six weeks.

The contractor must provide an initial assessment or with the input from the PPCS interdisciplinary team (IDT) develop a care plan.  All acupuncture treatment must be documented in the medical charts and show the supporting effort in order to provide a highly qualified care and recommendation of the primary and supportive team members.

All patient treatment must meet the standards of the PPCS mission statement and objectives (available upon request).

D. Requirements and Certification
 

The contractor must be licensed to practice acupuncture in a state, territory or commonwealth of the United States or District of Columbia.

The contractor must be credentialed by PPCS. NIH employees/contractors are required to complete a credentialing packet with all requested materials due by the 45th workday.  During the interim, the contractor will be given temporary work privileges until the credentialing committee approves the packet.  Re-credentialing is indicated by the Program Specialist after the initial review.   Medical tests required for credentialing will be paid for the PPCS.

The contractor is responsible for providing malpractice insurance and must be certified in CPR.

E. Place of Performance
 
All services will be provided in the NIH CC Pain and Palliative Care Clinic on Outpatient Clinic 3 on Monday afternoons (12:00 pm through 4:00 pm) and Thursday mornings (8:00 am through 12:00 pm).  Services may be requested in isolation for highly infections concerned patients.
 

F. Government Furnished Property and Material
 
All materials and equipment required to carry out the tasks will be provided by the Pain and Palliative Care Service and are the exclusive property of the Federal Government.
Equipment includes, but not limited to: procedure table covers, acupuncture needles, alcohol, lotions, reporting and documentation tools and access to appropriate operating systems and data bases.
 

G. Period of Performance
 
The performance period of this contract follows: 
 
Base Year:                             April 1, 2020 to March 31, 2021
Option Year 1:                        April 1, 2021 to March 31, 2022
Option Year 2:                        April 1, 2022 to March 31, 2023
Option Year 3:                        April 1, 2023 to March 31, 2024
Option Year 4:                        April 1, 2024 to March 31, 2025
 
 

H. Security
 
The contractor will be assigned a Level 1 Security Clearance through HHS Security department.

Responses  must be submitted to the POC within the 15 days from the date of this synopsis.

Attn: India Payne, contract Specialist

Office of Purchasing and contracts

6707 Democracy Blvd., suite 106

Bethesda, MD 20892

Email: [email protected]
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 

Bid Protests Not Available

Similar Past Bids

Bethesda Maryland 25 Feb 2020 at 7 PM
Location Unknown 02 Sep 2009 at 3 PM
Pike New hampshire 16 Mar 2017 at 2 PM
Pike New hampshire 23 May 2017 at 5 PM
Center Kentucky 19 Dec 2014 at 9 PM