Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2005 FBO #1342
SOLICITATION NOTICE

Q -- F/T REGISTERD NURSE

Notice Date
7/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North PO Box 36600, Billings, MT, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-05-053-BAC
 
Response Due
8/12/2005
 
Archive Date
8/27/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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 procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13, FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), and FAR Subpart 37.104, Personal Services Contracts (Public Law 103-322, Department of the Interior and Related Agencies Appropriation Act, Title II, September 30, 1994, 108 Stat. 2530, as implemented by 25 U.S.C. 1638c). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) is requesting quotes in accordance with Request for Quotation (RFQ) 10-05-053-BAC to acquire a Full-Time Registered Nurse at the PHS Indian Hospital located in Crow Agency, Montana. This solicitation is restricted to 100% Small Business concerns. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. The associated North American Industry Classification System code is 621399 and the small business size standard is $6.0 million. PRICE SCHEDULE: Full-Time Nurse: 1920 hours @ $_______ per hour = $___________. The contract nurse shall work Monday through Friday between the hours of 8:00 AM to 4:30 PM. The proposal must be inclusive of transportation, food, and lodging. STATEMENT OF WORK: Contractor will serve as a team member in the Public Health Nursing Program. The contractor will be responsible in assisting patient education in the various public health nursing clinics/classes (i.e. prenatal, parenting, immunization, school health, etc). Contractor will be required to maintain appropriate patient records, files and registries. Contractor will submit required reports and records to the director of Public Health Nursing. Contractor will participate and offer input in public health nursing performance improvement reviews. Contractor will participate in grant proposal program reviews and statistical reports. Contractor will attend monthly meetings (i.e. public health nursing staff meetings, MCH meetings.) Contractor will provide breastfeeding education to prenatal during third trimester and to breast feeding mothers during the in-patient stay and at home visits. Contractor will complete nutritional assessments, utilizing culturally specific screening tool and heights/weights of newborns, infants and toddlers. Contractor will record on PCC forms and growth grids and graphs. Contractor will assist in basic nutrition education, with emphasis on infant and toddler nutrition and implement the culturally specific patient education modules focusing on healthy diets and obesity prevention and obese infants and toddlers. Contractor will utilize the tracking system (?At Risk Registry?) to identify at risk and obese infants and toddlers; monitoring their nutritional status and document intervention provided. Contractor will complete Q-man search to identify infants and toddlers meeting the Body Mass Index criteria for overweight/obesity. Contractor will assist in the implement of a referral system to nutritionist for infants and toddlers meeting BMI criteria for overweight/obesity. Contractor will develop patient caseload utilizing ?At Risk? tracking system and identifying breast feeding mothers/infants. Contractor will develop a patient education packet concerning infant/toddler nutrition and overweight/obesity prevention for public health nursing to utilize during home visits. Contractor will develop culturally sensitive parent training material for public health nursing to use during parenting classes. Contractor will provide patient education/counseling/follow-up to the care givers of infants/toddlers in the home and community settings to include but not limited to breastfeeding, infant/toddler nutrition age specific anticipatory guidance, child development milestones, parenting skills. Contractor will document all services provided on appropriate forms, files, and registries. On tractor will coordinate training for public health nurses, primary care providers and clinical staff concerning topics such as breastfeeding, infant/toddler nutrition, BMI, infant/toddler obesity. SUPERVISION: Works under the supervision of the Director of Public Health Nursing. Work is planned and conducted according to community need under the guidance of the Public Health Nursing Director and is reviewed periodically for effectiveness and contribution to goals of the Public Health Nursing Program. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes have been made annually. The Privacy Act of 1974 mandates that the Contractor maintain complete confidentiality of all administrative, medical and personnel records, and all other pertinent information that comes to his/her attention or knowledge. The Privacy Act carries both civil and criminal penalties for unlawful disclosure of records. Violation of such confidentiality shall be cause for adverse action. IHS shall provide training on the Freedom of Information Act and the Privacy Act. All IHS regulations and policies applicable to these Acts shall be enforced. The Contractor shall comply with IHS facility infection control and safety procedures, practices, and standards. During the performance of the contract, the Contractor shall provide for the consistent performance of patient care processes according to the standards of the Joint Commission on Accreditation of Health Care Organizations (JCAHO), who supply accreditation to the Crow Service Unit, PHS Indian Hospital. PERIOD OF PERFORMANCE: September 27, 2005 through September 26, 2006. GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, SUPPLIES AND SERVICES: The Contractor will be authorized to use all areas of the facility made available to him/her. The Contractor must request clearance in order to access restricted areas of the facility, authorization must be granted and is to be used only for official business activities relating to job performance. The Contractor will be allowed to utilize copy machines, facsimile machines, libraries and telephone services and should only be utilized for official business activities relating to job performance. The Department will orientate the Contractor as to their specific duties and responsibilities. The Department will provide the Contractor with standard and specialized equipment and supplies needed for the performance and delivery of services including the use of a computer. The Department is responsible for getting the Contractor access and clearances to all pertinent ARMS; intranet; internet and computer services necessary to carry out his/her duties. The Department must provide the Contractor with direction and proper workloads, which are appropriate with the normal day-to-day operations in the Department. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The project officer shall be responsible for: (1) Monitoring the Contractors technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the Project Officer at the Crow Service Unit, PHS Indian Hospital, Crow Agency, Montana. The Contractor agrees to include the following information on each invoice: (1) Contractors name, address; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service including the number of hours worked; and (6) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where Federally funded children's services are provided. CHILD CARE NATIONAL AGENCY CHECK AND INVESTIGATION (CNACI): A CNACI must be completed for all Indian Health Service (IHS) contractor personnel within the Billings Area. Public Law (P.L.) 101-630, Indian Child Protection and Family Violence Prevention Act and P.L. 101-647, Crime Control Act of 1990, require the IHS to conduct a character and criminal history background investigation on all contractors performing services in IHS facilities. The character and background investigations will be conducted by the Billings Area IHS Personnel Office. SPECIAL CONTRACT REQUIREMENTS: Contractors cannot serve as expert witnesses in any suit against the Federal Government. Many of the IHS patients receiving services may only speak a native language and/or reside on a Native American Reservation, therefore, the Contractor must demonstrate sensitivity to cross-cultural and language differences. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION?COMMERCIAL ITEMS (JAN 2004): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers and are included in the relative order of importance: (1) The contractor must have a current, unrestricted State Registered Nurse License - 25 POINTS; (2) The contractor must submit a Resume or Curriculum Vitae - 25 POINTS; (3) The contractor must describe past and/or present experience in providing services to prenatals and/or infants/toddlers/children and their parents and/or breastfeeding infants and mothers - 25 POINTS. (4) The contractor must describe past and/or present experience in providing services in the home and/or community settings - 25 POINTS. Award will be made on the basis of price and other factors representing the best value to the government. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-7, 52.204-8, 52.212-4, 52.212-5, 52.215-5, 52.216-27, 52.217-8, 52.217-9, 52.219-6, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.245-1, 52.245-2, 352.202-1, 352-215-1, 352.215-70, 352.223-70, 352.224-70, 352.232-9, 352.270-2, 352.270-3, 352.270-4, 352.270-6, and 352.270-7. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.arnet.gov and http://www.hhs.gov/ogam/oam/procurement/hhsar.html. Contractors intending to conduct business with the Federal Government MUST register with the Department of Defense Central Contractor Registration (CCR) database. The CCR is the primary Government repository, which retains information on Government contractors. You may register via the Internet at http://www.ccr.gov or by calling (888) 227-2423. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with its offer. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 2:00 p.m., on August 12, 2005. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company?s name and address. Offers will also be accepted by e-mail at bclaymore@mail.ihs.gov or by fax at (406) 247-7108.
 
Place of Performance
Address: PHS Indian Hospital - Crow Service Unit - Crow Agency, Montana
Country: USA
 
Record
SN00856658-W 20050730/050728211935 (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.