Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2002 FBO #0355
SOLICITATION NOTICE

Q -- Request for RN/LPN and Nurse Practitioner

Notice Date
11/20/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Contracting Of= ficer, (90C), 1970 Roanoke Boulevard, Salem, Virginia 24153-5483
 
ZIP Code
24153-5483
 
Solicitation Number
658-14-03
 
Archive Date
12/22/2002
 
Point of Contact
Point of Contact - Teresa Holley, Contracts Administrator, (540) 9= 83-1048, Contracting Officer - Teresa Holley, Contracts Administrator, (540= ) 983-1048
 
E-Mail Address
Email your questions to Teresa Holley
(teresa.holley@med.va.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepare= d in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This procurement is conducted under simplified acquisition procedures in accordance with FAR Part 13. This announcement constitutes a formal Request for Quotes (RFQ) and a written solicitation WILL NOT be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-09. RFQ 658-14-03 should be referenced on all bids. The applicable NAICS code is 621999 with a size standard of $8.5 million. The VA Medical Center, 1970 Roanoke Blvd., Salem, Virginia 24153 has a requirement for one (1) Registered Nurse, one (1) Licensed Practical Nurse and one (1) Nurse Practitioner. This procurement is to obtain nursing services for the Primary Care Service Line. All candidates must have a current BLS certificate, be computer literate, have three (3) years med/surg. Experience and excellent organizational/prioritization skills. Hours are Monday-Friday, 7:45 a.m.-4:30 p.m. No on-call will be required.=20 This assignment is for the period of December 2, 2002 through February 28, 2003. Multiple awards may be made. Provisions and clauses found at 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications =96Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this RFQ. The following FAR and VAAR clauses and provisions are added by addendum: 52.217-8 Option to Extend Services; 52.228-5 Insurance-Work on a Government Installation; 52.232-18 Availability of Funds; 52.232-19 Availability of Funds for the Next Fiscal Year; 52.224-1 Privacy Act Notification; 52.237-2 Privacy Act; 852.271-70 Nondiscrimination in Services Provided Beneficiaries; 852.237-7 Indemnification and Medical Liability Insurance; 852.237-70 Contractor Responsibilities; 852.270-4 Commercial Advertising; 852.270-1 Representatives of Contracting Officers.=20 Contracting with Parties Listed on the OIG List of Excluded Individuals/Entities: In accordance with the Health Insurance Portability and Accountability Act and the Balanced Budget Act of 1977, the Office of Inspector General has established a list of parties and entities excluded from Federal Health care programs. Specifically, the listed parties and entities may not receive Federal Health Care program payments due to fraud and/or abuse of the Medicare and Medicaid programs. Therefore, all offerors shall review the OIG List of Excluded Individuals/Entities on the OIG web site at www.hhs.gov/oig to ensure that the proposed candidate(s) and/or firm(s) are not listed.=20 Offerors should note that any excluded individual or entity that submits a claim for reimbursement to a Federal health care program, or causes such a claim to be submitted, may be subject to a Civil Monetary Penalty (CMP) of $10,000 for ach item or service furnished during a period that the person or entity was excluded and may also be subject to treble damages for the amount claimed for each item or service.=20 CMP=92s may also be imposed against health care providers and entities that employ or enter into contracts with excluded individuals or entities to provide items or services to Federal program beneficiaries. JCAHO Compliance: The Contractor shall perform required services in accordance with the standards of the Joint Commission on the Accreditation of Healthcare Organization; established principles and ethics of the medical profession established by the AMA and ACEP. The Contractor shall adhere to Veterans Health Administration regulations and the policies, procedures, and regulations of the Medical Staff bylaws of the Salem VAMC. Infection Control Requirements: Health Tests =96 Contractor shall submit proof of the following with their proposal. Tests shall be current within the past year. Tuberculosis Testing; Contractor shall provide training or a self-study training module to its personnel; provide Hepatitis B vaccination series at no cost to its personnel who elect to receive it; maintain and distribute an exposure determination and control plan to its personnel; maintain required records; and ensure that proper follow-up evaluation is provided following an exposure incident. Recordkeeping: The VAMC shall establish and maintain a recordkeeping system that will record the services performed by the Contractor=92s employee(s). The Contractor shall be responsible to provide the following to its employee(s):=20 Workers=92 Compensation Insurance; Professional Liability Insurance; Health Examinations; Income Tax Withholding; Social Security Payments.=20 Contractor=92s employee(s) performing work under this contract shall be US citizens, graduates of a NLN approved School of Nursing.=20 Computerized Patient Medical Record System (CPRS): The Contractor=92s employees shall document all patient services in an accurate, complete, and timely manner, including all associated workload capture/billing related components. The record consists of a paper legacy system, with new records being entered into the CPRS. CPRS includes features for physician order entry, progress notes, consults and discharge summaries. The electronic medical record must be maintained in a timely fashion by the Contractor=92s employees (upon written entry; upon direct entry to CPRS; or upon receipt of a Veterans Health Information Systems and Technology Architecture View Alert that a transcribed document is available for review and signature. A minimum of two (2) hrs. of CPRS training shall be provided by the VAMC, which shall be completed prior to commencement of patient care. Payment: Sums due the Contractor shall be paid monthly in arrears. Billings rendered by the Contractor for services furnished a VAM beneficiary shall be billings in full. Neither the beneficiary, his insurer, nor any third party, shall be billed. Payment address is Chief, Resources support Service (04A), VAMC, 1970 Roanoke Blvd., Salem, VA 24153. All CPRS input shall be completed by the Contractor=92s employee(s) prior to leaving the VAMC. If the Contractor=92s employee(s) fail to complete CPRS requirements and the contractor does not remedy this deficiency, final payment shall not be made. Telephone number is (540)224-1911; FAX number is (540)983-1065. All responsive, responsible sources who submit a proposal that is received by 4:30 p.m. EST, November 22, 2002, will be considered by the Government. Bids shall contain the completed clauses FAR 52.212-3 Offeror Representations and Certifications-Commercial Items.
 
Web Link
RFQ 658-14-03
(http://www.bos.oamm.va.gov/solicitation?number=3D658-14-03)
 
Record
SN00208056-W 20021122/021120213223 (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.