Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2006 FBO #1768
SOLICITATION NOTICE

Q--Q -- Operating Room Registered Nurse

Notice Date
9/27/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Great Lakes Health Care System, Great Lakes Acquisition Center, 5000 West National Avenue, Bldg. No. 5, Milwaukee, Wisconsin 53295-0005
 
ZIP Code
53295-0005
 
Solicitation Number
69D-95-07
 
Response Due
10/2/2006
 
Archive Date
11/1/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Simplified acquisition procedures apply and the VA will conduct the procurement according to a combination of FAR Parts 12 and 13. This announcement constitutes the only solicitation issued. Quotations are being requested and a separate written solicitation will not be issued. Request For Quotation (RFQ) 69D-95-07 entitled Operating Room Registered Nurse is issued as an unrestricted procurement. NAICS Code 621999 applies with the small business size standard of $9.0 million in revenues. Offeror?s quotes are hereby being requested and shall be submitted on offeror?s letterhead or bid form and shall contain the name, title, and signature of person authorized to submit quotes on behalf of the contractor. Contractor shall provide One (1) Full-Time (40 hours per week) Operating Room Registered Nurse for the period of October 1, 2006 through December 31, 2006, with one option period of January 1, 2007 through March 31, 2007. Actual start date will be contingent upon the successful completion of the credentialing process. All work will be performed at the William S. Middleton Memorial Veterans Hospital, 2500 Overlook Terrace, Madison, WI 53705. Procurement authority is Public Law 104-262 and 38 USC 8153. Registered nurse must have 5 years operating room experience doing both scrub and circulating duties in a variety of surgical specialties. Current BLS and ACLS certification required. Work hours are 7:00 am to 3:30 pm, Monday through Friday. No weekends and no on-call services required. Offeror?s quote must include all pricing and fees to perform the entire contract including holiday rates. Holiday rates will be paid only on Federal Holidays. Payment will be made only for hours actually worked. Candidate must be a graduate of an accredited Diploma, Associate, or Baccalaureate School of Nursing, must have a current state license as a registered nurse, must possess nursing skills as defined by generally accepted nursing standards, must maintain a safe environment, must follow provider?s orders for care and treatment of patients, must be proficient in the VA Bar Code Medication Administration System, will provide clinical oversight to CNA?s and health technicians, maintain current BLS and ACLS certification, be in physical condition that allows for lifting, pulling, pushing, bending, standing for long periods of time, and provide proof of negative PPD within the last year (tuberculin skin test that is negative). VA utilizes a computerized medical record system. The nurse must be familiar with personal computers, have adequate typing skills to perform data entry and be able to navigate through windows based computer programs. Training will be provided. Personnel assigned by the contractor to perform the services covered by this contract shall be proficient in written and spoken English (38 USC 7402). Clinical or other medical records of VA beneficiaries treated by Contractor under this contract are VA records and will remain at VA. Contractor employee is required to complete security and privacy training and sign a VA Computer Access Agreement prior to having access to VA computer system. In addition, if providing medical services, Contractor employee will attend Computerized Patient Record System (CPRS) training prior to providing any patient care services. The contractor employee will document patient care in CPRS to comply with all VA and JCAHO standards. As VA routinely reviews and updates policies and procedures covering contractor computer access, security requirements may change during the term of this contact and new polices and procedures may be implemented unilaterally during the term of this agreement. Low level background investigation will be completed on contractor?s employees that are on site at VA Madison for six months or longer. Fingerprints are taken of all contractor?s staff. These investigations will be at the contractor?s expense. Successful contractor will be awarded an Indefinite Delivery/Indefinite Quantity (IDIQ) firm-fixed price contract from this document. As required by FAR 52.216-22, ?Indefinite Quantity? the minimum quantity of services that will be required by the VA on the awarded contract is 40 hours, and the maximum quantity is 1040 hours. Submission requirements: Provide technical and price quotation. The offeror must submit the following documents with the offer: CV of the proposed service provider, copy of all current licenses including BLS and ACLS certifications, a list of the experience of the proposed service providers, three references regarding related work with points of contact, evidence of malpractice insurance, information on malpractice claims, terminations or suspension of licenses, a competency checklist for a professional nurse that has been verified by the agency. Quotations should include a statement addressing VISA payment acceptance. Awarded contract has been classified as a nonpersonal health care services contract, as defined in FAR 37.101, under which the contractor is an independent contractor. The Contractor shall assume full responsibility for the protection of its personnel furnishing services under this contract, in accordance with the personnel policy of the Contractor. To carry out this responsibility, the Contractor shall provide worker?s compensation, professional liability insurance, health examinations, income tax withholding, and social security payments. The parties agree that the contractor, its employees, agents and subcontractors shall not be considered VA employees for any purpose. VA may evaluate the quality of professional services provided, but retains no control over the medical or professional aspects of services rendered. Contractor indemnifies VA for any liability producing act or omission by the contractor, its employees and agents occurring during contract performance. Contractor is required to maintain medical liability insurance in the amount of $1,000,000.00 per occurrence. Offerors should provide candidates that are able to commit to complete the entire assignment period. The following provisions and clauses shall apply to this solicitation: FAR 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far (FAR) and http://www1.va.gov/oamm/acquisitions/ars/policyreg/vaar/index.htm (VAAR); FAR 52.212-1, Instruction to Offers Commercial Items; FAR 52.21 2-2, Evaluation of Commercial Items; FAR 52.212-3 Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders -Commercial Items; FAR 52.216-18 - Ordering; FAR 52.216-19 - Order Limitations; FAR 52.216-22 ? Indefinite Quantity; FAR 52.217-9- Option to Extend the Term of the Contract; FAR 52.237-3 - Continuity of Services; VAAR 852.270-4 - Commercial Advertising; FAR 52.233-2 Service of Protest; VAAR 852.219-70 - Protest Content; FAR 52.232-18 Availability of Funds; VAAR 852.237-7 Indemnification and Medical Liability Insurance; and 852.233- 71 - Alternate Protest Procedure. Include a completed copy of 52.212-3 Offeror Representation and Certifications - Commercial Items with quote. Award will be made to the offeror representing the best value to the VA considering price, candidate qualifications, experience, availability, and commitment to stay for the entire assignment period. Award may be made with or without discussions. Offers are due October 2, 2006, at 1:00 pm CT. Submit quotations to Carol Murphy, Contracting Officer, 5000 W National Avenue, Building 5, Milwaukee, WI 53295. Electronic offers and Faxed offers will be accepted. Send Electronic offers to Carol.Murphy6@med.va.gov and fax offers to 414-902-5440. POC: Carol Murphy at 414-902-5409.
 
Place of Performance
Address: Madison Wisconsin
Zip Code: 53705
Country: United States
 
Record
SN01155808-W 20060929/060927220449 (fbodaily.com)
 
Source
FedBizOpps 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.