Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
SOURCES SOUGHT

Q -- LVN/MLT Infection Control - Sources Sought

Notice Date
2/12/2018
 
Notice Type
Sources Sought
 
NAICS
622110 — General Medical and Surgical Hospitals
 
Contracting Office
Department of the Air Force, Air Education and Training Command, 502d Contracting Squadron, 1655 Selfridge Avenue, JBSA Lackland, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
SSJBKCA20180212
 
Point of Contact
Leketa Cunningham, Phone: 2106528877, Marcus J. Reedom, Phone: 2106528427
 
E-Mail Address
leketa.cunningham@us.af.mil, marcus.reedom.2@us.af.mil
(leketa.cunningham@us.af.mil, marcus.reedom.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought -LVN/MLT JBSA Lackland The JBSA-Randolph Contracting Squadron, 502 CONS/JBKCA, is contemplating the "non-personal service" acquisition of a Licensed Vocational Nurse or Medical Laboratory Technician to perform Infection Control Surveillance duties at a Department of Defense Military Treatment Facilities (MTF) located on JBSA-Lackland, TX, 78236. The North American Standard Industry Classification System (NAICS) code anticipated for this acquisition is 622110 General Medical and Surgical Hospitals, the small business size standard is $38.5M, and the Product Service Code Q101 Medical-Dependent Medicare. Based on responses to this sources south, this requirement may be set aside for Small Business or procured through Full and Open competition. This is a new requirement for infection control surveillance activities and services. The contractor shall provide a licensed vocational nurse (LVN) or medical laboratory technician (MLT) services for infection control (IC) related duties. The contractor shall work within the Government provided facility and use Government provided equipment and perform services and support compatible with the medical facility's operating capacity and equipment. The LVN must have basic life support certification (BLS), must have graduated for a accreditated LVN school and have a current LVN license. The MLT must have BLS certification, must have graduated from and accreditated school and must have a current certification as an MLT. The LVN/MLT must have at a minimum 2 years experience in Infection Control. Specific Tasks for LVN/MLT. The Contractor shall perform organizational tasks in support of the medical facility. The Contractor shall conduct surveillance activities to identify and assess healthcare associated infections. The Contractor shall review microbiological reports to identify and investigate unusual or multiple drug resistant athogens (MDROs), clustering, or epidemics of healthcare associated infections (HAIs). The Contractor shall compile and analyzes HAIs trends, providing reports to the Infection Control Function (ICF) as specified in the Infection Control Annual Plan. The Contractor shall Notify clinic when patient education on MDRO is needed. The Contractor shall monitor and evaluates IC standards and practices throughout the MTF and outlying clinics. The Contractor shall observe practices during surveillance rounds (Facility Management rounds). The Contractor shall perform Infection Control visual surveillances as tasked to assess compliance with Infection Control Program policies. Identifies areas of noncompliance. The Contractor shall report discrepancies to stakeholders for corrections. The Contractor shall routinely advises HCWs on current IC evidence based guidelines and works effectively and professionally with all members of the health care team to reduce opportunity for infection. The Contractor shall perform Standard Precautions and Safe Injection Practices surveillances. Ensures the Infection Prevention & Control Program complies with The Joint Commission standards for ambulatory care, and AFI 44-108, Infection Prevention and Control Program. The Contractor shall present educational programs, using the principles of adult learning. The Contractor shall have presentations to include Hand Hygiene, and Standard Precautions briefings. The Contractor shall teach chronic obstructive pulmonary disease (COPD) patients on practices to prevent infections. The Contractor shall manage the Infection Control Coordinators Program. The Contractor shall review surveillance reports and follow up on any corrective action(s). The Contractor shall coordinate meetings/courses. The Contractor shall communicate policies/updates to IC coordinators. The Contractor shall assist in planning of the Infection Control Program and Infection Control Review Function activities. The Contractor shall assist in developing the Infection Control Program Annual Plan and participates in the Infection Control Annual Summary reviewing IC surveillances within this facility and outlying clinics. The Contractor shall assist in the development of Wing policies and procedures based on IC Standards and National Guidelines. The Contractor shall review section specific IC operating instructions as required and provide suggested corrections to supervisor. Awards that may result from this market research shall be performed on JBSA-Lackland, TX, 78236. THIS IS NOT A SOLICITATION FOR PROPOSALS OR QUOTES; therefore, in accordance with FAR 15.201(c) any responses to this inquiry will not constitute nor will be considered as contractor offers, and no contract will be awarded as a result of this inquiry. This information will be used by the 502 CONS/JBKCA for market research purposes, only, and the submitted information will not be returned. Submitted information will be protected in accordance with DoDD 5400.11, Department of Defense Privacy Program, and DoD 5400.11-R, Department of Defense Privacy Program, and no feedback will be provided regarding submissions or the total number of submissions received. Responders are solely responsible for all expenses associated with responding to this request for information, as the government is not liable for any costs incurred by interested parties in responding to this request. The purpose of this sources sought notice is to query the market for potential interested, capable, responsible, and qualified commercial small business offerers that may perform the stated requirement. The government is interested in collecting market data/information in accordance with Federal Acquisition Regulation (FAR) Part 10, from potential sources that have the capability to provide the required services. Interested and/or potential small business offerors are requested and encouraged to submit responses to the attached document, Market Survey/Questionnaire, to Leketa Cunninghame and Marcus J. Reedom at email at Leketa.Cunningham@us.af.mil and marcus.reedom.2@us.af.mil. Interested sources should submit their responses not later than 9:00 a.m. central time (CT) on 15 February 2018. **Any questions resulting this sources sought notification shall be sent NLT 11:59 AM/CT on 14 February 2018 and shall be sent to Leketa.Cunningham@us.af.mil and marcus.reedom.2@us.af.mil** Responses may also be mailed to 502 CONS/JBKCA, ATTN: Leketa Cummingham 395 B Street West, Suite 2, JBSA-Randolph AFB, TX 78150-4525. If you have questions please contact Marcus J. Reedom at 210-652-8427. SOURCES SOUGHT FOR INFECTION CONTROL LVN/MLT MARKET SURVEY/QUESTIONNAIRE Name of point of contact: ____________________________ Phone number: ___________________________________ Email Address:____________________________________ 1. Has your company provided a Licensed Voational Nurse or Medical Laboratory Technician within the last 5 years? 2. Does your company have expereince with infection control surveillance activities and services? 4. Is your company a small business as defined by the Small Business Administration? If YES, what is your small business certification(s) and NAICS Code(s)? 5. Do you propose a North American Standard Industry Classification System (NAICS) code other than 622110? 6. Would you be interested in submitting a proposal in response to a request for proposal during the contemplated solicitation phase of this acquisition? YES or NO Optional Information SAMS Registered? YES or NO CAGE CODE: _____________ DUNS NUMBER:___________ Contracting Office Address: 395 B Street West, Suite 2, Bldg. 224 JBSA-Randolph, TX 78150-4525 United States Place of Performance: The Department of Defense Military Treatment Facilities (MTF) in San Antonio, Texas 78236 United States Primary Point of Contact: Contract Administrator LEKETA CUNNINGHAM Leketa.Cunningham@us.af.mil Phone: 210-652-8877 Contracting Officer MARCUS J REEDOM marcus.reedom.2@us.af.mil Phone: 210-652-8427
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/SSJBKCA20180212/listing.html)
 
Place of Performance
Address: The Department of Defense Military Treatment Facilities (MTF) in San Antonio, Texas 78236, United States
Zip Code: 78236
 
Record
SN04819666-W 20180214/180212231238-074bba881479465a592de08ac4dd099c (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.