Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2006 FBO #1648
SOLICITATION NOTICE

Q -- CONTRACT PUBLIC HEALTH NURSE

Notice Date
5/30/2006
 
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-10-06-038-REL
 
Response Due
6/9/2006
 
Archive Date
6/24/2006
 
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, FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), FAR subpart 37.104, Personal Services Contracts (Public Law 103-322, 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 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) is requesting quotes in accordance with Request for Quotation (RFQ)-10-06-038-REL to acquire a contract Registered Nurse at the Crow Service Unit, PHS Indian Hospital located in Crow Agency, Montana. 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 2005-09. The associated North American Industry Classification System code is 621399 and the small business size standard is $6.5 million. PRICE SCHEDULE: Contract Public Health Nurse: 776 HOURS @ $________ per hour = $____________; OPTION ONE: 960 HOURS @ $________ per hour = $____________. The contract Public Health Nurse shall work Monday through Friday between the hours of 7:30 AM and 6:00 PM, as scheduled by Public Health Nursing Program. The proposal must be inclusive of transportation, food, and lodging. STATEMENT OF WORK: The contractor will serve as a team member in the Public Health Nursing Program. The contractor will be responsible for assisting with patient education in the various public health nursing clinics/classes (i.e., prenatal, parenting, immunization, school health, etc.). The contractor will be required to maintain appropriate patient records, files and registries. The contractor will submit required reports and records to the Director of Public Health Nursing. The contractor will participate in public health nursing performance improvement reviews. The contractor will participate in grant proposal program reviews and with statistical reports. The contractor will attend monthly meetings (i.e., public health nursing staff meetings, Maternal and Child Health (MCH) meetings.) The contractor will provide breast feeding education to prenatal during third trimester and to breast feeding mothers during the inpatient stay and at home visits. The contractor will complete nutritional assessments utilizing culturally specific screening tools and heights/weights of infants and toddlers during home visits. The contractor will record on PCC forms and growth grids and graphs. The contractor will assist in basic nutrition education with emphasis on infant and toddler nutrition and implement the culturally specific patient education modules focusing on healthy diets and obesity prevention for infants and toddlers. The contractor will utilize the tracking system (?At Risk Registry?) to identify at risk and obese infants and toddlers; monitoring their nutritional status and document the intervention provided. The contractor will complete Q-man search to identify infants and toddlers meeting the Body Mass Index criteria for overweight/obesity. The contractor will assist in the implementation of a referral system to a nutritionist for infants and toddlers meeting BMI criteria for overweight/obesity. The contractor will develop patient caseload utilizing ?At Risk? tracking system and identifying breast feeding mothers/infants. The contractor will develop a patient education packet concerning infant/toddler nutrition and overweight/obesity prevention for public health nursing to utilize during home visits. The contractor will provide patient education/counseling/follow-up to the care givers of infants/toddlers in the home and community settings, to include but is not limited to, breast feeding, infant/toddler nutrition, age specific anticipatory guidance, child development milestones, and parenting skills. The contractor will document all services provided on appropriate forms, files, and registries. The contractor will coordinate training for public health nurses, primary care providers and clinical staff concerning topics such as breastfeeding, infant/toddler nutrition, BMI, and infant/toddler obesity. KNOWLEDGE REQUIRED BY THE POSITION: A registered professional nurse. Knowledge of a wide range of preventive health care practices and the ability to recognize deviations from the norm in order to apply, modify or recommend treatment and guidance program. Knowledge of customs of the Indian people and the ability to maintain good working relations and to foster the acceptance of health care in developing new approaches to complex and changing health problems. Skill in making physical and psychosocial assessments of communities, families, and individuals, recognizing the range of ?normal? and the manifestations of common abnormalities. Ability to plan and implement nursing care based on assessment. Knowledge of and ability to provide counseling in preventive care, in the home setting, to health individuals by guidance in breast feeding, nutrition, and child growth and development patterns. Knowledge of availability and use of community resources. Knowledge of performance improvement and evaluation process. Knowledge of statistical interpretation. SUPERVISION: The contractor works under the supervision of the Director of Public Health Nursing. Work is planned and conducted according to community need under the guidance of the Public Health Nursing Director and is reviewed periodically for effectiveness and contribution to goals of the Public Health Nursing Program. SUPERVISOR: Luana Auker, Public Health Nursing Supervisor; ALTERNATE: Maureen Malone, Public Health Nurse. GUIDELINES: Written protocols for Public Health Nursing are available in PHS, HIS, BAO and Service Unit Directives. However, expertise is required to analyze changing health of patients, families and communities. Judgment and sensitivity is required to adopt and apply health practices to established cultural beliefs and limited socioeconomic conditions. COMPLEXITY: Providing nursing care in the home and community requires a full range of professional nursing proficiency from nursing assessment to reacting to emergency situations and counseling and teaching. These services are performed in the home or a community setting without direct medical support and require that individual professional assessments be made. Varying living situations require that services be adopted to meet cultural beliefs and socioeconomic conditions. The duties include assisting individual patients and families in planning, developing and evaluating their health needs. SCOPE AND EFFECT: The professional public health nursing services provided involve observing, assessing and treating a large variety of patient conditions and family problems, investigating community health problems, initiating new and complex health programs and evaluating program effectiveness. The work affects the health of individual patients, the overall activity of the Public Health Nursing Program and the social, emotional and physical well being of the individuals, families and communities. PERSONAL CONTACTS: Primary contacts are with the individual patients and their families in home settings and with the Indian population in group and community settings. Intra-Service Unit contacts are with the nursing and medical staff, social worker, mental health worker, health educator, environmental health personnel, and so forth. Other contacts include Tribal, County, State, Federal and private organizations related to health services. PURPOSE OF CONTACTS: Contacts with patients and their families and community leaders are to encourage and promote health regimens in an effort to improve health. Contacts with Service Unit personnel and outside health agencies are to provide and exchange information regarding patients in order to better deliver, plan, coordinate and evaluate health services. PHYSICAL DEMANDS: The work requires extensive driving between communities and extensive walking within schools and homes. Possession of a valid drivers license is required for this job. Lifting and carrying is necessary to set up equipment to provide audio visual aids to group sessions in outlying communities. WORK ENVIRONMENT: Work environment is variable because much time is spent in the home and community settings. Exposure to outside weather typical in all seasons is common because of required visits to homes, schools and communities. Travel is often on isolated and unimproved roads. Exposure to infectious and communicable disease is frequent. PERFORMANCE-BASED SERVICE DELIVERY SUMMARY: The contract Public Health Nurses performance will be measured based on the following Performance Requirements: (1) Quality of Performance; (2) Documentation of Medical Records; and (3) Customer Service. The Performance Requirements will be measured against the following Government Performance Standards: (1) Provide Public Health Nursing Services as specified in the Performance Work Statement; (2) Complete medical records in accordance with clinics accreditation requirements, and Crow Service Unit medical staff by-laws, rules and regulations; and (3) 5 or more customer complaints. 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 the contractor and the supervisor or his/her designee; (2) Random Sampling by the supervisor 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. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes have been paid 15 days after each quarter. PERIOD OF PERFORMANCE: Date of Award through September 29, 2006, with one 6-month option. GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, SUPPLIES AND SERVICES: The Contractor will be authorized to use all areas of the facility made available to him/her. The Contractor must request clearance in order to access restricted areas of the facility, authorization must be granted and is to be used only for official business activities relating to job performance. The Contractor will be allowed to utilize copy machines, facsimile machines, libraries and telephone services that should only be utilized for official business activities related to job performance. 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 ARMS; intranet; internet and computer services necessary to carry out his/her duties. The Department must provide the Contractor with direction and proper workloads, which are appropriate with the normal day-to-day operations in the Department. 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 Crow Service Unit, PHS Indian Hospital, Crow Agency, Montana. 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. 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 Administrative Officer at the Crow Service Unit will conduct the character and background investigation. 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 Public Health Nursing 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 2004): (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: The contractor must have a current, unrestricted State Registered Nursing License - 35 POINTS; (2) RESUME: The contractor must submit a Resume - 35 POINTS; (3) Past Performance Information. ? 30 POINTS. The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial in Registered Nursing Services. 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 = 10 POINTS. Technical and past performance, when combined, are approximately equal to cost or price. 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, 52.223-5, 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, 52.251-1, 52.251-2, 352.202-1, 352-215-1, 352.215-70, 352.223-70, 352.224-70, 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 5:00 p.m., on June 9, 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. See Numbered Note 1.
 
Record
SN01058912-W 20060601/060530220245 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.