Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2008 FBO #2386
DOCUMENT

Q -- NURSE ANESTHETIST SERVICES - FAR Provision 52.212-3

Notice Date
6/6/2008
 
Notice Type
FAR Provision 52.212-3
 
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, Montana, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-08-031-REL
 
Archive Date
7/12/2008
 
Point of Contact
Rita E Langager, Phone: 406.247.7293
 
E-Mail Address
rita.langager@ihs.gov
 
Small Business Set-Aside
N/A
 
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 Subpart 37.1, 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 Contracting. 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) 10-08-031-REL. This solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. The associated North American Industry Classification System code is 621399 and the small business size standard is $6.5 million. Potential offerors are asked to submit an offer for the base year and each option year. The proposed hourly rate must be inclusive of transportation, food, and lodging, etc. PRICE SCHEDULE – NURSE ANESTHETIST SERVICES: CONTRACT LINE ITEM NUMBER (CLIN) ONE: BASE PERIOD: 4 WEEKS @ $____________ per week = $______________; CLIN TWO: OPTION YEAR ONE: 52 WEEKS @ $____________ per week = $______________; CLIN THREE: OPTION YEAR TWO: 52 WEEKS @ $____________ per week = $______________; CLIN FOUR: OPTION YEAR THREE: 52 WEEKS @ $____________ per week = $______________; CLIN FIVE: OPTION YEAR FOUR: 52 WEEKS @ $____________ per week = $______________; GRAND TOTAL: ________________. Offerors are also requested to provide an hourly rate for Overtime, On-call, and Holiday pay. Overtime per hour = $____________; On-Call per hour = $____________; Overtime per hour = $____________. INTRODUCTION AND PURPOSE OF THE CONTRACT: The Indian Health Service intends to enter into a procurement action pursuant to Federal Acquisition Regulation (FAR) 37.1, 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), FAR Subpart 13.5, Test Program for Certain Commercial Items, and FAR 37.6, Performance-Based Contracting. The purpose of the contract is to acquire Nurse Anesthetist Services for the Blackfeet Service Unit, PHS Indian Hospital, Browning, Montana hereinafter referred to as the Blackfeet Community Hospital. The Blackfeet Community Hospital is a 28-bed hospital with a Level 3 Emergency Room, two surgical suites and two labor and delivery rooms. The ER provides services to an average of 1,850 patients per month, the surgery department averages about 60 patients per month, and labor and delivery averages 15 newborn deliveries per month. Previously, CRNA coverage was accomplished by filling the vacant positions or by contracting through personal services contracts with individuals or locum tenens. WORK SCHEDULE: The services are required in the Surgery Department during normal business hours from 8:00 a.m. to 5:00 p.m., with 24 hour immediate callback seven days a week. Call may include continuous coverage over several days or split tours with another staff or contract anesthetist. Work schedules and shifts are to be arranged with the Chief of Surgery. QUALIFICATIONS: The services must be performed by a licensed CRNA with full prescriptive authority up to and including CII drugs and/or medications that require a DEA license. The contract provider must possess and maintain PALS, ACLS and BLS certification in order to provide CRNA services for all surgical and obstetric patients requiring services. PERFORMANCE WORK STATEMENT: Provides a full range of anesthesiology services at the Blackfeet Community Hospital to a wide variety of patient conditions and assesses care given. General tour of duty will be from 8:00 a.m. to 5:00 p.m., Monday through Friday. Contract CRNA manages anesthesia patient care in the hospital per policies and procedures. Completes documentation, operates specialized equipment, provides patient education, measures outcomes, initiates, selects and administers anesthesia agents and adheres to all procedures and treatments required to deliver safe patient care. Collaborates with a multidisciplinary health care team and is available for emergency callback after normal duty hours and during evenings and weekends for consultation, emergency surgeries, resuscitations and labor epidurals. Contract CRNA will administer anesthesia agents in the operating room and/or emergency room and shall provide direct patient care for all patients pre and post operatively. All required JCAHO audits and peer review reports will be maintained and completed per hospital policy by the contractor each week. Contract CRNA shall possess an unrestricted license from any State or commonwealth of the USA and maintain a current DEA license with full prescriptive authority up to and including CII medications. Contract CRNA shall also possess a current BLS, ACLS and PALS certificates. KNOWLEDGE REQUIRED BY POSITION: Knowledge of CRNA procedures, equipment and process to deliver direct patient care to age specific populations. Knowledge of quality improvement, infection control, safety and discharge planning concepts. Medical record charting including electronic health record system and the Indian Health Service RPMS system will be required. The Contractor must possess computer skills and have the ability to work with and communicate with other providers and the native population served. The contract CRNA shall have the knowledge, skills, and ability to select and administer general and regional anesthetic agents and coordinate activities with operating room team and assure safety and infection control procedures are followed. Reporting requirements require professional skill and judgment and knowledge of anesthesia service delivery and the complexity of patient care affected by the use of anesthetic drugs. SUPERVISION: Priorities and guidelines are established by the supervisor of the surgery department (Chief of Surgery) or their designee who will monitor and evaluate contract performance. The contract CRNA will perform day to day workload requirements to assure compliance with regulations, policies, standards of care, JCAHO guidelines, CMS standards and completeness of timelines. The contract CRNA performs as an independent licensed practitioner responsible for detecting complications and correcting any deficiencies without physician intervention. The project officer will verify pay requires, interpret the statement of work and assist the contractor with technical problems encountered during performance of the contract. The CRNA is responsible to complete all JCAHO reporting requirements and will review cases for effectiveness of anesthetic plans. QA monitoring and reporting must be performed weekly. GUIDELINES: The contract CRNA performs professional services for anesthetic requirements according to all hospital policies and operation room protocols. COMPLEXITY: The contract CRNA responds to all aspects of patient care to meet patient needs and performs work in emergency situations and manages each patient and surgery case based on patient’s physiological and psychological status. SCOPE AND EFFECT: The contract CRNA will observe, assist, assess and provide a full range of anesthesiology care to patients at the Blackfeet Community Hospital requiring surgery either electively and/or on an emergency basis. The CRNA promotes wellness and disease prevention within the hospital setting and is the primary onsite consultant. PERSONAL CONTACTS: Works with patients, families, and health care providers in the hospital. PURPOSE OF CONTACTS: The contract CRNA will provide information and patient consultation to improve the health status of the population served. The consultation with the surgical medical team occurs to exchange information and provide pre and post operative collaboration. PHYSICAL DEMANDS: The CRNA will perform duties which require a considerable amount of standing, walking, lifting, bending, stooping, pushing and moving patients. Fatigue and anxiety can be a factor when required to perform for long periods of time. However, the contractor will need to respond physically, emotionally and have mental flexibility at all times including emergencies that may occur after normal hours and require a minimum response time of 30 minutes. WORK ENVIRONMENT: A very high risk to the contractor is involved in delivering anesthesia care. The contractor is subjected to chemical exposure, body fluids, diseases, and infection. PPE is required. 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. 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. PERFORMANCE-BASED SERVICE DELIVERY SUMMARY: The contract CRNA’s performance will be measured based on the following Performance Requirements: (1) Quality of Performance; (2) Shift Coverage; (3) Documentation of Medical Records; and (4) Customer Service. The Performance Requirements will be measured against the following Government Performance Standards: (1) Provide Nurse Anesthesia services as specified in Performance Work Statement; (2) Must be available for shift coverage as specified in contract; (3) Complete medical records in accordance with JCAHO and CMS requirements and Blackfeet Medical Staff By-laws and Rules & Regulations; and (4) 2 or more Customer Complaints per quarter. The Method of Government Surveillance to determine compliance with the Performance Requirements are as follows: (1) Peer reviews (i.e., written evaluations) and periodic conferences between contractor, project officer, and Medical Director Surgical Services and Chief Medical Officer; (2) Ongoing monitoring by O.R. Nursing Supervisor, Medical Director of Surgical Services or his/her designee; (3) Random sampling by Blackfeet medical staff, O.R. staff, Medical Director of Surgical Services or his/her designee; and (4) 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. PERIOD OF PERFORMANCE: Date of Award (September 1, 2008) through September 30, 2008, with four 12 month options. GOVERNMENT FURNISHED PROPERTY: The Department will provide orientation to 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 Intranet, Internet and computer services necessary to carry out his/her duties. 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 Blackfeet Service Unit, PHS Indian Hospital, P.O. Box 760, Browning, Montana 59417. 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. The Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107, shall make payment. 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. CHILDCARE 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 Administrative Officer at the Blackfeet Service Unit will conduct the character and background investigations. 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) Professional Licensure and DEA Certification = 30 POINTS; (2) Professional Education and Experience = 35 POINTS. (3) Past Performance Information = 35 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; and (8) Administrative Contracting Officer and telephone number, if applicable. Technical and past performance, when combined, are considered 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, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.227-14, 52.227-17, 52.229-3, 52.232-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.245-1, 52.249-12, 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, 352.270-7, 352.270-10, 352.270-11, 352.270-12, 352.270-13, 352.270-16, 352.270-17, 352.270-18, and 352.270-19. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-8, 52.219-28, 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/oamp/policies/hssar.doc. 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. Contractors intending to conduct business with the Federal Government must register with the Department of Defense Central Contractor Registration (CCR) database prior to award. 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 or (269) 961-5757. 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 June 27, 2008. 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 name and address. Offers will also be accepted by e-mail at Rita.Langager@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 90 days from the date of receipt by the Government.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6acbb11864a419869f493cb27432b264&tab=core&_cview=1)
 
Document(s)
FAR Provision 52.212-3
 
File Name: Federal Acquisition Regulation (FAR) 52.212-3 Offeror Representations and Certifications - Commercial Items (MAY 2008) that must be completed and submitted with the offer. (52.212 3.May2008.doc)
Link: https://www.fbo.gov//utils/view?id=1ff158ff716a31196c4e348b33ae954f
Bytes: 120.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01588155-W 20080608/080606214817-6acbb11864a419869f493cb27432b264 (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.