Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2006 FBO #1766
SOLICITATION NOTICE

Q -- OPERATING ROOM NURSE

Notice Date
9/25/2006
 
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-10-06-063-REL
 
Response Due
10/16/2006
 
Archive Date
10/30/2006
 
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, 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 37.104, 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 Acquisition. 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 performance-based, Requirements type, commercial item contract in response to Request for Quotation (RFQ) 10-06-063-REL. Requirements contract terms: The quantities of services specified in the Schedule are estimates only and are not purchased by this contract. Any services to be furnished under this contract shall be ordered by issuance of delivery orders by the Crow Service Unit. 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 2005-12. The associated North American Industry Classification System code is 621399 and the small business size standard is $6.5 million. PRICE SCHEDULE FOR OPERATING ROOM NURSE: SCHEDULE A - BASE YEAR: Estimated 2000 hours @ $____________ per hour = $____________; SCHEDULE B - OPTION YEAR ONE: Estimated 2000 hours @ $____________ = $____________; SCHEDULE C - OPTION YEAR TWO: Estimated 2000 hours @ $____________ per hour = $____________; SCHEDULE D - OPTION YEAR THREE: Estimated 2000 hours @ $____________ = $____________; SCHEDULE E - OPTION YEAR FOUR: Estimated 2000 hours @ $____________ per hour = $____________. Potential contractors shall submit an all-inclusive hourly rate for the base year and each option year. Offerors are also requested to provide an hourly rate for overtime, callback, and holiday pay. CALLBACK: $____________ per hour; OVERTIME: $____________ per hour; and HOLIDAY PAY: $____________ per hour. PURPOSE OF THE CONTRACT: The purpose of this acquisition is to contract for an Operating Room Nurse for the Crow Service Unit, Crow/Northern Cheyenne Indian Hospital, Crow Agency, Montana. The work schedule is Monday through Friday between the hours of 7:00 a.m. and 6:00 p.m., or as scheduled by the supervisor. This position may include overtime, callback, holidays, weekends and nights. The working schedule may vary according to the Service Units needs and the discretion of the supervisor. STATEMENT OF WORK: MAJOR DUTIES: The contractor will perform preoperative patient assessments and same day surgery admissions by taking and recording vital signs, doing patient nursing assessments, obtaining operative permits, performing preoperative chart reviews, pre and postoperative patient education, and other related tasks to prepare the patient for surgical procedures. Provide direct patient care to patients during the acute preoperative phase of recovery. This includes observation of patient condition, connecting and operating sophisticated monitoring equipment, detailed charting of patient condition on recovery room records, providing medications for pain relief, nausea, and emergency drugs when indicated (to include IV route medications). Detects abnormal patient conditions and takes necessary emergency actions as appropriate to include notification of the surgeon/physician and other appropriate personnel. Provides patient status reports to Ward nursing staff and ensure continuity of care. Discharges patient from the recovery room per established discharge criteria with the approval of the surgeon or anesthesia personnel. Performs as a circulating nurse verifying patient identification, operative procedures, completeness of necessary documentation in patient chart. Documents perioperative nursing care. Observes for breaks in aseptic technique. Provides additional surgical supplies to the surgical field, is alert for complications arising during the course of surgery, such as hemorrhage, shock, cardiac arrest. Shares responsibilities for sponge, needle and instrument counts. Assists in surgical suite room turn over and other surgical department maintenance and activities. Does invasive and noninvasive procedures such as catheterization, starting IV?s, wound and dressing care, positioning, suctioning, airway management, oxygen supplementation, taking vital signs, etc. Transports patients using wheelchair, stretcher, or other transport equipment throughout the hospital ensuring patient and personal safety. Operates autoclaves, sterilizers, and all other equipment used in sterilizing techniques and methods. Maintains a clean work environment, to include the workstation, carts, stretchers, and equipment. First assists on surgeries as previous experience indicates through training and certifications. KNOWLEDGE AND EXPERIENCE REQUIRED: Knowledge of the surgical anatomy, physiology, terminology, procedures and instruments. Knowledge and skill to attach patients to high technology monitoring equipment and to interpret reading/results. Knowledge and skill in providing perioperative nursing assessment and care. Knowledge of the pharmaceuticals used in support of perioperative patients. A thorough knowledge of aseptic technique, supplies and equipment, and the advantages and disadvantages of the various sterilizing mediums. Knowledge and skill sufficient to provide emotional support techniques for the purpose of alleviating patient anxiety and fear. GUIDELINES: Preoperative, intraoperative, and post operative procedures are covered in the operating room or the post operative procedure book or common and standard nursing practices. Most surgical procedures are covered by written instructions, knowledge of similar procedures and initiative must be utilized. Other guidelines consist of publications on sterile supply operation listings of the context of tray or sets clinic schedules, manufacturers catalogs and fact sheets. COMPLEXITY: Recovery room duties involve observing monitoring, reporting and recording post operative patient condition and providing those nursing skills needed to care for the patient during post operative phase. Surgical duties involve a number of steps, including setting up instruments, determining types and quantities of numerous kinds of supplies and equipment needed for the projected workload, obtaining the supplies, determining the satisfactory condition of supplies, and the storage of supplies to maintain cleanliness and sterility standards. Includes physically preparing, positioning, and draping the patients for complex surgery, passing instruments, taking appropriate counts of instruments and accessory items. Assisting the patient transfer and necessary cleaning associated with room turnovers and terminal cleaning. Is able to do nursing assessment of surgical patients and provide professional nursing care based on such assessment. SCOPE AND EFFECT: Work involves perioperative surgical care that affects the attitude and perceptions of patients, family members and the community at large. Patient outcomes can have profound effects, both positive and negative, for the department and Service Unit. PERSONAL CONTACTS: Personal contacts are with surgical patients, patient families, doctors/surgeons, nurses and other employees in the facility. PURPOSE OF CONTACTS: Patient and patient family contacts are for the purpose of providing information concerning surgical and recovery room care of the patient. Contacts with nurses and surgeons are for the purpose of exchanging information on patient condition for continuity of care. PHYSICAL FACTORS: Duties require providing manual assistance in lifting and positioning patients. The work requires prolonged standing, frequent bending, and lifting of heavy objects. The employee regularly pushes carts and stretchers weighing several hundred pounds which may have to be traversed over slight rises such as door sills. Manual dexterity is required for passing surgical instruments and supplies. High levels of stamina are required as rest breaks may be at irregular intervals. WORK ENVIRONMENT: Duties performed in the preoperative and recovery rooms and the surgical suite with regular and recurring exposure to flammable liquids, volatile gases and caustic/toxic agents. Work requires exposure to potentially deadly contagious diseases, including AIDS. There is repeated exposure to xrays. Employee will be working with equipment that generates high temperatures and steam resulting in potential burns. Employee will be exposed to high levels of prolonged emotional and physical fatigue and stress. SUPERVISION: The contract OR nurse reports directly to the Acting OR Nursing Supervisor and receives medical direction from the medical staff. The nurse plans and provides comprehensive nursing care in conjunction with the physician. Work is evaluated for adherence to professional nursing standards and the Crow Service Unit policies and procedures. Highly unusual problems are reports to the physician in charge or the Acting OR Nursing Supervisor. SUPERVISOR: Dennis Bower, Acting OR Nursing Supervisor. GUIDELINES: The supervisor defines the continuing assignments with procedures and methods to be used, priorities and deadlines. The supervisor helps the contractor with difficult or controversial aspects of the job requirement. The contractor uses initiative in planning and carrying out the day-to-day workload. Final work is reviewed, as needed, for conformance to policies and regulations, timeliness and satisfaction of the supervisor. COMPLEXITY: Providing emergency room nursing care requires a comprehensive complex range of professional nursing competencies from prompt, decisive assessments of a very wide variety of special patient conditions, to administering special medications, to operating special emergency medical equipment, and reacting to emergency situations without delay of hesitation. The emergency room nurse must make quick decisions involving critically ill or critically injured patients. Because of the immediacy and severity of most problems. It is not always possible or feasible to obtain direction from the supervisory clinical nurse of the physician in charge. The emergency room nurse solves the majority of problems independently. Conditions change rapidly and the contractor takes immediate action to ensure a high degree of quality health care is provided for patients, many of which are in life or death medical situations. PERIOD OF PERFORMANCE: Date of Award through September 30, 2007, with four 12-month options. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all necessary equipment and supplies. The Crow Service Unit will be responsible for getting the Contractor access and clearance to all pertinent ARMS; intranet, internet, and computer services necessary to carry out his/her duties. 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. The Contractor must 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; and complete an Interconnection Security Agreement subsequent to contract award. PERFORMANCE-BASED SERVICE DELIVERY SUMMARY: The contract OR Nurses performance will be measured based on the following Performance Requirements: (1) Quality of Performance; (2) Shift Coverage; and (3) Customer Service. The Performance Requirements will be measured against the following Government Performance Standards: (1) Provide OR Nursing services as specified in the Performance Work Statement; (2) Must be available for shift coverage in the OR Department; and (3) 5 or more customer complaints. The Method of Government Surveillance to determine compliance with the Performance Requirements are as follows: (1) Work is reviewed for accuracy through quality improvement activities, standards of performance evaluation, and spot checks; (2) Random sampling by project officer 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. 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, Crow/Northern Cheyenne Indian Hospital, P.O. Box 9, Crow Agency, Montana 59022. 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. 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. 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 character and background investigations will be conducted by the Crow Service Unit. 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 OR 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 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) Registered Nursing License = 35 POINTS. Potential contractors must submit a copy of State license with the price quote; (2) BLS/ACLS/ATLS Certifications = 35 POINTS. Potential contractors must submit certificates with price quote; and (3) Past Performance = 30 POINTS. The offeror must have at least two years of nursing experience in an operating room setting. 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. Technical and past performance, when combined, are considered approximately 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, 52.216-18, 52.216-19, 52.216-21, 52.217-8, 52.217-9, 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, 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, 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 2:00 p.m., on October 16, 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. 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 60 days from the date of receipt by the Government.
 
Record
SN01153602-W 20060927/060925220147 (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.