SOLICITATION NOTICE
Q -- Nursing Services
- Notice Date
- 10/15/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: Department of Veterans Affairs Salt Lake City Health Care System, (660/04A), 500 Foothill Boulevard, Salt Lake City, Utah 84148
- ZIP Code
- 84148
- Solicitation Number
- 660-001-04
- Response Due
- 11/14/2003
- Archive Date
- 12/14/2003
- Point of Contact
- Point of Contact - Richard Garrard, Contracting Officer, (801) 584-1243, Contracting Officer - Richard Garrard, Contracting Officer, (801) 584-1243
- E-Mail Address
-
Email your questions to Richard Garrard
(richard.garrard@med.va.gov)
- Description
- DESCRIPTION---The VA Salt Lake City Health Care System (VASLCHCS) has a need for per diem nursing staff (Registered Nurses, Licensed Practical Nurses and Nursing Assistants) to provide direct patient care in the following areas: Surgical ICU, Medical ICU, Telemetry, Geriatrics/Rehab, General Medical/Surgical units, Primary Care Clinics, Emergency Care Unit, and Dialysis or Operating Room (only if trained or experienced in Dialysis or Operating Room). Contractor must employ RNs, LPNs and Nursing Assistants and provide workers compensation, unemployment benefits and payroll taxes. Contractor's personnel shall perform per diem services usually in blocks of 4, 8 or 12 hour shifts or for extended assignments for a designated period of time e.g., 3 weeks at 36 hours per week. All nurses requested for an intensive care unit/emergency room shall have certification in ACLS and a minimum of two years professional nursing experience in critical care nursing in a hospital; this experience cannot be related to agency work assignments. Medical/surgical/telemetry/psychiatry RNs, LPNs and NAs will have one year of hospital nursing experience; this experience cannot be related to agency work assignments. Job descriptions will be provided. Copies of contractor?s orientation program, education and mandatory training requirements, skills checklists, job descriptions, and invoice sample shall be submitted with the Contractor's proposal. The Government intends to enter into a contract for a period of one year, with an option to extend for up to four-one year periods. Contractor will provide requested nursing staff as soon as possible after notification from the VASLCHCS. Contractor shall notify unit/area within two hours if they are able to provide requested per diem staff. Offeror should thoroughly review the specifications and become familiar with the areas of coverage prior to submitting proposal, in order to be fully aware of the scope of the services required. Contractor shall provide nurses to perform the requirements in order to provide a continuity of patient care to VA beneficiaries. Additionally, Contractor shall provide the same professional level of care to VASLCHCS patients as to any other patient under his/her care. Contractor's employee(s) shall be present at the VASLCHCS, Salt Lake City, Utah, 500 Foothill Blvd, Salt Lake City, UT 84148, or one of the satellite clinics in Orem or Ogden, and shall be actually performing the required services as specified in the contract in order to receive reimbursement. EVALUATION FACTORS---TECHNICAL REQUIREMENTS: A. Personnel Experience Requirements: 1. Experience: Offerors must provide as a minimum a current listing of a. .the number of Utah nurses employed, b. number of Utah ICU prepared nurses employed, c. percentage of shifts filled for Salt Lake City client hospitals in last calendar year, d. number of years in business in Utah. 2. Qualifications: Offerors must submit methodology for insuring all nurses requested for an intensive care unit have certification in ACLS and a minimum of two years professional nursing experience in critical care nursing in a hospital, not agency setting. Medical/surgical RNs, LPNs and NAs will have one year of experience. Job descriptions will be provided. Copies of contractor?s orientation program, education and mandatory training requirements, skills checklists, job descriptions, and invoice sample shall be submitted with the Contractor's proposal. 3 Staffing: Offerors shall provide information on the following: a. RN/LPN/NA has a satisfactory criminal background check b. The number of nurses currently on staff with a minimum of 6 months experience in the state of Utah c. Number of nurses currently on staff with hemodynamic monitoring and ventilatory support including number of years of experience d. Every RN/LPN/NA has a certification of a satisfactory physical exam within the past 12 months e. Every RN/LPN has a current professional Utah license with no restrictions f. job descriptions of RNs, LPNs, Nursing Assistants g. ability to respond within two hours if offeror can provide requested per diem staff 4. Supervision: Offeror to submit documentation in the form of a resume, verifying director of nursing has worked in local community hospital, preferably in the critical care environment. B. Management Responsibilities: 1. Training: Describe what procedures, programs, and documentation that currently are in place for training and documentation of training to include: BCLS or ACLS as required, fire and safety training, age specific competencies, universal precautions, OSHA requirements 2. Scheduling: Offeror will provide a plan on how it will accomplish uniformity in assigning the same personnel to the VA as much as possible. 3. Performance Evaluations Offeror will submit a description and verification of the current employee evaluation process used for each RN/LPN/NA 4. Insurance: Offeror will submit proof of corporate business insurance and corporate malpractice insurance. 5. Pre-employment drug testing: To show at time of contract bid that they have contract in place to do pre-employment drug testing. 6. Billing: Have established adequate accounting system. Submit a sample of contractor?s invoice. C. Past Performance/Experience: 1. Offeror will submit documentation that it has provided per diem services to local hospital critical care units within the past 6 months. 2. Offeror will submit information on past performance in providing the services required. 3. Offeror will submit information of the percentage of shifts filled. 4. Offeror will provide references from other acute care hospitals where RN/LPN/NA services have been provided. References will include quality of personnel and ability to meet needs of hospital when agency nurse staff are requested. D. Price NOTE: Personnel experience, management responsibilities and past performance, when combined, are more important than price. This action is issued competitively and is UNRESTRICTED. NAICS code is 62111.
- Web Link
-
RFP 660-001-04
(http://www.bos.oamm.va.gov/solicitation?number=660-001-04)
- Record
- SN00452535-W 20031017/031016073250 (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 |