Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 14, 2006 FBO #1783
SOLICITATION NOTICE

Q -- REGISTERED NURSING SERVICES

Notice Date
10/12/2006
 
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-10-07-002-REL
 
Response Due
10/26/2006
 
Archive Date
11/9/2006
 
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 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), FAR 37.104, Personal Services Contracts (Public Law 103-332, 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) and FAR Subpart 37.6, Performance-Based Acquisition. This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a fixed-price, performance-based, commercial item contract in response to Request for Quotation (RFQ) 10-07-002-REL. 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 2005-13. The associated North American Industry Classification System code is 621399 and the small business size standard is $6.5 million. PRICE SCHEDULE - REGISTERED NURSE: 2300 hours @ $________ per hour = $__________. Potential offerors shall propose an all-inclusive hourly rate. Offerors are also requested to provide an hourly rate for Overtime and Holidays. OVERTIME: $__________ per hour; HOLIDAY: $__________ per hour. PURPOSE OF THE CONTRACT: The purpose of this acquisition is to contract for a Registered Nurse for the Outpatient Department at the Northern Cheyenne Service Unit, PHS Indian Health Center, Lame Deer, Montana. This position functions as a Clinical Nurse in an Outpatient/Urgent Care setting, with occasional assignments to the emergency room or other clinic areas as needed. The work schedule is Monday through Friday from either 8:00 am to 4:30 pm; 9:30 am to 8:00 pm; or 11:30 to 8:00 pm; or as scheduled by the supervisor. STATEMENT OF WORK: This position functions as a Registered Nurse in the Outpatient Department. The purpose of the position is to provide direct, specialized professional nursing care to patients of all ages (newborn infant, child, adolescent, adult, elder, etc.) and with a variety of acute and chronic health needs in the emergent setting and their problems that require adaptation of established nursing procedures. Performs specialized, professional nursing duties in the case of critically ill, severely injured and/or traumatized urgent care patients. Assesses all patients presenting for care and triages based on history, physical assessments and chief complaint. Initiates treatments, medications, emergency and resuscitative measures based on appropreate utilization of standard nursing protocols. Administers therapeutic measure as prescribed by the physician such as medications, treatments, intravenous fluids, nasogastric tubes, etc. Records observations nursing interventions, therapeutic measure, hemodynamic monitoring data and other relevant measures for the patients care. Continually monitors and assesses patients clinical condition and recognized, identifies and interprets serious situations. Initiates proper intervention and sees that the RN and physician is notified immediately. In an emergency situation if a physician is not immediately available, initiates appropriate actions and procedures. Operates and monitors specialized equipment such as cardiac monitors, volume respirators, EKG machines, suction machines, cardiac pacemakers, defibrillators, etc. KNOWLEDGE AND EXPERIENCE REQUIRED: Knowledge of professional, nursing theories, principles, practice, concepts, and procedures as applies to the care of emergent/urgent care patients i.e., nursing diagnosis, problem orientated care plan development, use of emergency drugs, interpretation of EKG rhythm strip, understanding of lab data. Knowledge of pharmaceuticals used in emergency settings, their desired effects, side effects and complications of their use. Specialized knowledge in nursing treatment of such patient problems and conditions such as cardiac dysrhythmia, adult respiratory distress of failure, hypo/hypertensive crisis, and cardiopulmonary arrest, multiple trauma, including pediatric medical and surgical problems. Ability to prioritize the care of urgent care patients. SCOPE AND EFFECT: The purpose of the work is to provide direct and indirect emergency and outpatient care to patients in accordance with the Northern Cheyenne Service Unit priorities. Work contributes to the health of individuals Northern Cheyenne Reservation. Emergency treatment and care may save lives and outpatient care may decrease future complications and increase the quality of life for the individuals of the Northern Cheyenne Tribe. PERSONAL CONTACTS: Contacts are with patients, their families, other staff int eh Urgent Care/Outpatient clinic, Northern Cheyenne Service Unit, Tribal Health Department and with I.H.S and non-I.H.S consultants. PURPOSE OF CONTACTS: Contacts with patients are to provide emergency intervention and health care to patients. Contacts with families are to provide information about the care of the patients, often under stressful conditions. Contact with Service Unit staff and other health care providers is to exchange information required to provide patient treatment and care and to arrange for patient follow-up. PHYSICAL DEMANDS: Prolonged periods of moving, lifting, as well as manual dexterity, ability to bend, stoop and sometimes physically restrain patients. May requier rotating shifts and overtime, may require extended period with little or no sleep. Emotional pressures of dealing with seriously injured, ill or dying patients in the emergency setting induces stress. WORK ENVIRONMENT: Work environment in a medical facility includes exposure to communicable diseases, intoxicated and/or violent patients. Personal protective equipment and guidelines to prevent disease transmission are provided. SUPERVISION: This position is directly responsible to the Director of Nursing and receives medical direction from the medical staff. The nurse plans and provides comprehensive nursing care in the Urgent Care/Outpatient clinic for each patient in conjunction with the physician. Work is evaluated for adherence to professional nursing standards and the Northern Cheyenne Service Unit policies and procedures. Highly unusual problems are reports to the physician in charge or the Emergency Room Supervisory clinical nurse. SUPERVISOR: Laura Herbison, Director of Nursing; ALTERNATE: Debby Bends, Service Unit Director. GUIDELINES: The supervisor defines the continuing assignment with procedures and methods to be used, priorities and deadlines. The supervisor helps the contractor with difficult or controversial aspects of the job requirement. The contractor uses initiative in planning and carrying out the day-to-day workload. Final work is reviewed, as needed, for conformance to policies and regulations, timeliness and satisfaction of the supervisor. COMPLEXITY: Providing nursing care requires a comprehensive complex range of professional nursing competencies from prompt, decisive assessments of a very wide variety of special patient conditions, to administering special medications, to operating special emergency medical equipment, and reacting to emergency situations without delay of hesitation. The nurse must make quick decisions involving critically ill or critically injured patients. Because of the immediacy and severity of most problems. It is not always possible of feasible to obtain direction from the supervisory clinical nurse of the physician in charge. The nurse solves the majority of problems independently. Conditions change rapidly and the incumbent takes immediate action to ensure a high degree of quality health care is provided for patients, many of which are in life or death medical situations. PERIOD OF PERFORMANCE: Date of Award through September 30, 2007. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all necessary equipment and supplies. The Northern Cheyenne Service Unit will be responsible for getting the Contractor access and clearance to all pertinent ARMS; intranet, internet, and computer services necessary to carry out his/her duties. COMPUTER SECURITY: Pursuant to the Federal Information Security Management Act of 2002 (FISMA), the contractor will be required to complete a course in Computer Security Awareness Training (CSAT). This training must be completed annually by all employees including all contractors, volunteers, students, and summer externs. The Contractor will be required to comply with the Federal Information Processing Standards Publication (FIPS PUB) Number 201, "Personal Identity Verification of Federal Employees and Contractors" and the associated Office of Management and Budget (OMB) implementation guidance for personal identity verification for all affected contractor and subcontractor personnel; and complete an Interconnection Security Agreement subsequent to contract award. PERFORMANCE-BASED SERVICE DELIVERY SUMMARY: The contract Registered Nurses performance will be measured based on the following Performance Requirements: (1) Quality of Performance; (2) Shift Coverage; and (3) Customer Service. The Performance Requirements will be measured against the following Government Performance Standards: (1) Provide Registered Nursing services as specified in the Performance Work Statement; (2) Must be available for shift coverage in Outpatient Department; and (3) 5 or more customer complaints. The Method of Government Surveillance to determine compliance with the Performance Requirements are as follows: (1) Work is reviewed for accuracy through quality improvement activities, standards of performance evaluation, and spot checks; (2) Random sampling by project officer or his/her designee; and (3) Validated Complaints. Deduction Schedule: A 5% deduction shall be assigned to each Performance Requirement. Deductions shall be assessed against individual invoices when services are not performed or do not meet contract requirements. 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 Supervisor at the Northern Cheyenne Service Unit, PHS Indian Health Center, P.O. Box 70, Lame Deer, Montana 59043. 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. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes has been made 15 days after each quarter. 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 Northern Cheyenne Service Unit. 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. 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. The 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. Federal Tort Claims Act coverage for medical related claims is extended to the individual providing Ward Clerk or Clinical Assistant Services. However, the services must have been performed within the scope of the personal services contract. 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 1999): (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: (1) Registered Nursing License = 35 POINTS. Potential contractors must submit a copy of State license with the price quote; (2) BLS/ACLS/PALS Certifications = 35 POINTS. Potential contractors must submit certificates with price quote; and (3) Past Performance = 30 POINTS. The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts/jobs. The offeror must list at least three contracts/jobs and include the following information. (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service/Employment; (4) Total contract value/Hourly wage; (5) Description of contract work/Job duties; (6) Contracting Officer/Company Manager and telephone number; (7) Program Manager and telephone number, if applicable. Technical and past performance, when combined, are considered approximately equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-9, 52.212-4, 52.212-5, 52.215-5, 52.217-6, 52.217-7, 52.217-8, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.245-1, 52.245-2, 52.249-12, 352.202-1, 352-215-1, 352.215-70, 352.223-70, 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, 52.219-6, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 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 October 26, 2006. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your name and address. Offers will also be accepted by e-mail at RLangager@mail.ihs.gov or by fax at (406) 247-7108. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt by the Government.
 
Record
SN01164455-W 20061014/061012220150 (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.