Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2005 FBO #1223
SOLICITATION NOTICE

Q -- REGISTERED NURSE EDUCATOR/INSTRUCTOR AT DWIGHT DAVID EISENHOWER ARMY MEDICAL CENTER, FORT GORDON, GEORGIA 30905

Notice Date
3/31/2005
 
Notice Type
Solicitation Notice
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV-05-T-0060
 
Response Due
4/6/2005
 
Archive Date
6/5/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announce constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is W91YTV-05-T-0060. This acquisition i s issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-02. This requirement is 100% total Small Business Set a-side. The Dwight David Ei senhower Army Medical Center (DDEAMC), Department of Inpatient Care Services, Hospital Education and Training, Fort Gordon, Georgia, has a requirement for a Nurse Educator. The Nurse Educator shall provide the full range of comprehensive educational progr am to military Practical Nurse Course (PNC) at DDEAMC. The Nurse Educator shall met or exceed current recognized national standards as established by the Joint Commission on Accreditation of Healthcare Organizations (JCAHO), the standards of American Medic al Association and Army and DDEAMC Regulations. This is a personal services contract and is intended to create an employer-employee relationship between the Government and the individual Health Care Provider (HCP). The performance of the individual HCP u nder this contract is subject to day-to-day supervision, clinical oversight and control by Chief, Hospital Education and Training comparable to that exercised over military and civil service Hips engaged in comparable work. The period of performance for t his service is for a minimum of 12 months from the date of the award. The Government intends to award the contract April 11, 2005 with one option period. The Nurse Educator shall have (1) a minimum of a Bachelor of Science in Nursing (BSN) degree fro m a NLN accredited program, college of university, (2) have and maintain a current license to practice as a Registered Nurse in the state of Georgia, (3) have been actively practicing as a registered nurse of the past three years, with active practice as a registered nurse for the past five years preferred, (4) have and maintain current Basic Cardiac Life Support certification, (5) have documentation of required continuing education in Fire, Safety and Infection Control, (6) have no health or physical d isability restrictions that interfere with the performance of assigned duties and (7) have proof of U.S. citizenship. The contractor shall provide on-site services for an average 40 hours work week, Monday through Friday, excluding federal holidays and mi litary training holidays as designated by the requesting activity. Shift will be any consecutive 9 hours (including an unpaid 1 hour for break) between 0600 and 1700 hours. When directed as required to support the patient care mission, the requesting act ivity can require contractor to work overtime. The Wage Determination and the Performance Base Work Statement is available upon request. Nurse Educator (Base Year) (Regular hour hourly rate) 1000 $________ hour Total $__________; Nurse Educator (Opt ion Year) (Regular hour hourly rate) 2000 $________ hour Total $__________; Total Price for Base plus Option $___________. The requirement is firm fixed price for the procurement of this service with a place of performance at the Dwight Da vid Eisenhower Army Medical Center, Fort Gordon, Georgia, 30905. The North American Industry Classification System Code (NAICS) for this procurement is 621399. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, apply to this acquisiti on. FAR 52.212-2  Evaluation- The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to th e solicitation will be most advantages to the Government, price and other factors considered. Evaluation factors of (1) Technical Capability and Qualifications  Offers will be considered only from contractors who are licensed to perform services, docume ntation is required. (2) Past Performance  The contractor should describe the past experience in providing the services specified in this solicitation within the past three (3) years. No more than three (3) references from all firms for whom you have b een providing similar service within the last three years are to be submitted with your. (3) Availability Start time of April 11, 2005. (5) Price (Total price for Base Period including Option Year.. Past Performance, Technical Capability, Qualifica tions, and Availability when combined, are of equal importance when compared to price. The Government reserves the right to determine what constitutes approximately equal in technical capability and past performance. The Government reserves the right to evaluate offerors prices on the basis of price realism and will consider the offerors price as an indication that they understand the scope of the Governments requirement. Proposed rates shall be in accordance with the Service Contract Act, Wage Det ermination No: 94:2136 REV 25 Area: Augusta, GA. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications  Commercial Items must be included with the offer. FAR 52.212-4, Contract Terms and Conditions-Commercial I tems, applies to this acquisition. FAR 52,212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items, FAR 52.219-6, Notice of Total Small Business Set-a-side, FAR 52.222-3, Convict Labor, Far 52.222-19, Ch ild Labor  Cooperation with Authorities and Remedies (Jan 2004), FAR 52.222-21- Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, FAR 52.222-36, FAR 52,222-37, Employment Reports on Disabled Veterans and Veterans of t he Vietnam Era (38 U.S.C. 4212), FAR 52.222-42  Statement of Equivalent Rates for Federal Hires (Insert text Medical Surgical Nurse Educator/Instructor, GS-0610-11), FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.22-19, Availability of Funds for the next Fiscal Year (Apr 1984); FAR 52,252-1 Solicitation Provisions Incorporated by Reference (FEB 1998), DFAR Clause 252.232-7003, Electronic Submission of Payment Requests (Jan 2004), DFAR Clause 252.204-7004 Alt A, Required Central Contractor Registration Alternate A (Nov 2003), FAR 52,212-8, Option to Extend Services (Nov 1999), FAR 52.237-3 Continuity of Services. FAR 52.237-2  Protection of Government Building, Equipment, and Vegetation (Apr 1984), FAR 52.217-9  Option to Extend the Term of the Contract (Mar 2000). Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far. Quotes are being requested and a written solicitation will not be issued. Cop ies of the Performance Based Work Statement may be requested by emailing or calling 706-787-7960. All responsible sources should submit quotes to Carolyn Lovett via fax at 706-787-6573 or email: carolyn.lovett@se.amedd.army.mil by 4:00 pm. EST, April 06, 2005.
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
Country: US
 
Record
SN00779593-W 20050402/050331212259 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.