Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2002 FBO #0286
MODIFICATION

Q -- Licensed Practical Nurse Service

Notice Date
9/12/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
F41636-02-T-C020
 
Response Due
9/20/2002
 
Point of Contact
Darlene Keister, Contract Specialist, Phone 210-671-1766, Fax 210-671-5064,
 
E-Mail Address
darlene.keister@lackland.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, streamlined procedures for evaluation and solicitation for commercial items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation 02TC020, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09. THE ASSOCIATED NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) for this procurement IS 621399 AND THE SMALL BUSINESS SIZE IS $6 MILLION PER YEAR. This is advertised as 100% small business set-aside. This is a FY 03 requirement and FAR 52.232-18 Availability of Funds. (4/84) applies.Non Personal Services to provide the following: The contractor is to provide all personnel, equipment, tools, materials, vehicles, supervision and other items and services necessary to provide licensed practical nursing support for Mr. Ray Jenks. Care shall be provided at Lackland AFB, TX., Medina Annex, Bldg 147 from 1 Oct 02-30 Sep 03 FOR A TOTAL QUANTITY OF 840 HOURS. LACKLAND AFB IS LOCATED IN SAN ANTONIO TEXAS. Contractor must quote on complete requirement as stated in the Statement of Work (SOW). FOB: Destination for delivery is Lackland AFB, TX. All interested parties must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004 and 252.232-7009. CCR can be accessed at www.ccr.gov or by calling 1-888-227-2423. The CCR registration must be completed before award can be made. All offers should be faxed to the attention of Darlene Keister, Contract Specialist, at 210-671-5064. Oral quotes will not be accepted. The due date for all quotes is 20 September 2002 by 4:00 p.m. cdt. Award will be based on the lowest price. STATEMENT OF WORK SCOPE OF WORK: The Contractor shall provide Licensed Practical Nursing (LPN) support services. Contractor care shall be provided at Lackland Air Force Base, TX. The quality of care provided shall meet or exceed the standards of professional nursing health care as identified by the Joint Commission of Accreditation for Hospital Organizations (JACHO). Performance shall be according to the requirements contained in this performance work statement. 1. PERSONNEL REQUIREMENTS 1.1 Contractor personnel shall present a neat appearance and be easily recognized as Contractor employees. Personnel shall wear a Contractor provided nametag with the company name, or phrase ?Contract Nurse?, individual?s name and specialty displayed. 1.2 Possess a valid license to practice as a practical nurse or vocational nurse, from a United States (US) jurisdiction. 1.3 Shall be CPR certified. 1.4 Completed a program in an accredited school of nursing, acceptable to the Surgeon General, United States Air Force. 1.5 Personnel shall have 12 months experience, in the last 24 months of working with medical/surgical patients, preferable with rehabilitation patients or orthopedic patients. 1.6 Contractor shall provide written verification of qualifications. Licensure and certification, upon request, of the Contracting Officer (CO) or authorized representative. 1.7 Contractor personnel shall be current on all immunizations, including Tuberculosis and shall have received a Hepatitis B vaccine, sign a voluntary declination, or have documented proof of immunity to Hepatitis B infection. The Contractor shall provide to the CO, upon request, certification that Contractor personnel have completed the medical evaluation required. 2. HOURS OF OPERATION: Routine services shall be provided Monday through Fridays, from 9:00 a.m. to 1:00 p.m., excluding Federal Holidays (New Year?s Day, Martin Luther King JR?s Birthday, President?s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran?s Day, Thanksgiving Day, and Christmas Day). 2.1 Contractor notification will be provided by the Government, at least two (2) hours in advance of a schedule duty day when services will not be required for the day. 3. RELATIONSHIP OF THE PARTIES, PROFESSIONAL LIABILITY RESPONSIBILITY AND PROCEDURES. This is a non-personal services contract as defined in Federal Acquisition Regulation (FAR) 37.101. The health care provider who furnishes services under this contract is subject to the management decisions of the company to whom the award is made. Although the individual must work closely with the individual requiring the care, he/she is responsible only to the employing company. The Government?s relationship is solely with the award winning company. 4. SPECIFIC PROCEDURES FOR WHICH THE CONTRACTOR SHALL BE RESPONSIBLE: 4.1 Performs a variety of nursing care activities and responsibilities in the care and treatment of handicapped (quadriplegic) federal employee, as well as health care maintenance. 4.2 Provides intermittent catheterization, to include preparing patient for catheterization, inserting and removal of catheter, draining and disposal of waste, and redressing of patient. Catheterization shall be provided on an as-needed basis. 4.3 Assists in patient feeding, to include preparation and cleaning of eating area. 4.4 Assists patient, as needed, in bowel evacuation procedures.
 
Place of Performance
Address: MEDINA ANNEX, BLDG 147, LACKLAND AFB, TX
Zip Code: 78236
Country: USA
 
Record
SN00164537-W 20020914/020912213410 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.