Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2009 FBO #2884
SOLICITATION NOTICE

Q -- Wound Care Nurse - Wound Care Nurse SF 1449 - Waiver of Character Investigation - Wage Determination - Declaration for Federal Employment - Childcare Addendum

Notice Date
10/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
 
ZIP Code
73114
 
Solicitation Number
246-10-Q-0003
 
Point of Contact
Jennifer Farris, Phone: 405-951-3893
 
E-Mail Address
jennifer.farris@ihs.gov
(jennifer.farris@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Childcare Addendum Declaration for Federal Employment Wage Determination Waiver of Character Investigation Wound Care Nurse 1449 - for offeror to submit prices/quote This is a 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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as Request for Quotes (RFQ) # 246-10-Q-0003 and is a 100% small business set aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, effective September 10, 2009. The associated NAICS code is 621399, with a standard business size of $7.0M. This acquisition may be subject to the Service Contract Act (SCA). Wage Determination No. 2005-2431, Revision No. 10 is attached. Contractor shall provide a firm, fixed-price hourly rate for Wound Care nurse services. The Indian Health Service (IHS) intends to award a firm, fixed-priced contract with a base period plus four option years. Propose pricing for (base year): December 1, 2009 to November 30, 2010 (or one year from date of award); Option Year 1: December 1, 2010 to November 30, 2011; Option Year 2: December 1, 2011 to November 30, 2012; Option Year 3: December 1, 2012 to November 30, 2013; Option Year 4: December 1, 2013 to November 30, 2014. See the attached SF 1449, which may be used to submit the quote. Evaluation of options shall not obligate the Government to exercise the option(s). DESCRIPTION OF REQUIREMENTS: Certification Eligible Wound Care Nurse Location: The Oklahoma City Area (OCA) IHS Contract Health Service (CHS) Program; Wound Management Program Purpose: Provide a Certification-Eligible Wound Care Nurse (CEWCN) to provide the following clinical nursing support and consultation to the Certified Wound Care Nurse (CWCN) in the performance of the OCA Wound Care Program: (a.) Coordinate and provide Wound Care Clinics at 4 designated clinics on a weekly basis unless otherwise specified. (b.) Provide nursing support to the CWCN in the provision of the on-site training and instruction for the designated personnel, IHS staff nurses, Physicians, Mid-Level Practitioners; assist in provision of training sessions on various types of wound care therapies and skills development classes for designated staff. (c.) Provide nursing support and technical support to the CWCN in the implementation of approved staff development activities. (d.) Telemedicine - the CEWCN will provide technical assistance to the CWCN during the planning and implementation of telemedicine capabilities. Location: This position will be located in the Oklahoma City Area Office, IHS, in the Contract Health Services Program Office. A. Wound Care Clinics: Wound Care Clinics will be provided at 4 designated clinics; weekly clinics will be scheduled on designated days of the week; clinics shall include 7 hours of clinical services and one hour for charting and consultation with physicians. The CEWCN will actively participate in the delivery of wound care and management under the direction and oversight of the CWCN and IHS staff physicians. Services will include the provision of nursing support and assistance to the CWCN in the conduct of the following: 1. an initial evaluation and assessment of wound care patients entering the IHS system at various levels of acuity and severity of illness 2. measurement and recording of wound size/status 3. preparation and debridement of the wound 4. provision of treatment appropriate to the patient/wound status as directed by the CWCN 5. provision of patient education and instructions on behaviors impacting wound healing, instructions on wound dressing and the use of wound care therapies and products 6. assistance and coordination of the progression of patients through the clinical pathway process using approved tracking and reporting formats 7. charting/documentation in patient records in approved format; completion of PCC encounter form and any forms necessary for entry into the Electronic Health Record if in use at that facility, completion of the approved Wound Care Super-bill form or other IHS provider formats for capturing data to recover costs for surgical dressings, specific wound care procedures, and visit level, completion of the wound- specific information as follows: data points that are specific and clear regarding wound status, healing progress, identification of concerns, and evidence of planning for progression of the patient through the wound healing continuum of care and clinical pathways 8. consultation with the CWCN and the IHS physician provider for Wound Care Clinics as indicated 9. support to the Certified Wound Care Nurse (CWCN) in coordination of referrals for wound care patients (a.) from non-I/T/U facilities and between I/T/U programs, and (b.) to higher levels of care --with the CWCN, physician and the appropriate CHS Office; coordination of instruction by the CWCN with identified IRS referring physicians and case managers on extra-IHS patient management Operations: The Nurse will complete appropriate clearances and compliance with IHS operating standards including, but not limited to: credentialing and orientation, data analysis through Wound Expert, or other accepted specialized wound data program that provides for HIPAA compliance. The CWCNT and IHS shall mutually participate and cooperate in activities regarding quality control. Both parties shall be available for telephone review of any matters related to this contract during regular business hours. The CEWCN will assist the CWCN as directed to coordinate specialty orders for wound care supplies & dressings to avoid any delays in ordering that would adversely impact performance of Wound Care Clinics. The CEWCN will provide ongoing support and assistance to the CWCN in the use of FDA approved therapies, techniques and modalities to maintain the Wound Management Program as an advanced program. CEWCN may be required to maintain current NPI (National Provider Identification) numbers as required by CMS for billing purposes. The Certification-Eligible Wound Care Nurse will provide wound care services support to the CWCN in the conduct of the Wound Care Clinics and participate in implementation and conduct of the telemedicine based wound care clinics. Support in the development of operating components for wound care clinics: B. The CEWCN will provide consultation and assistance to the CWCN in the development of operational components relating to the performance of the wound care clinics and activities necessary for start up and provision of the wound care clinics at the designated locations. C. The CEWCN will assist the CWCN in instruction of designated personnel in active participation in the scheduled wound care clinics using the approved training modules and other specialty training such as demonstrations of various wound care therapies appropriate to program and staff development needs. D. Telemedicine: The CEWCN will provide technical assistance to the CWCN during the planning and implementation of telemedicine capabilities, The CEWCN will provide support to the CWCN in the testing, verification, and use of telemedicine clinics as directed. The CEWCN will provide technical support to the CWCN to adapt telemedicine formats and procedures for IHS's application. The CEWCN will assist the CWCN in the provision of training and orientation to the participating telemedicine sites. Operation of telemedicine wound care services will be phased in through a single site start-up and will be expanded to additional sites after effectiveness has been demonstrated. Orientation - Presentations: Experience has shown a growing interest in the OCAIHS Wound Care Program. Thereto, the CEWCN may be required to participate under the direction of the CWCN in presentations on the Wound Care Program at various Area and other meetings and forums including Area Joint Conference Meetings. Such activities shall be coordinated in such a manner as to not negatively impact ongoing wound care clinics at the participating sites. Types of Wounds to be treated: Patients to be treated in wound care clinics shall include patients presenting to IHS facilities with the following types of wounds: Diabetic Ulcers Venous Insufficiency Ulcers Ischemic Wounds Pressure Ulcers Surgical/Post-operative Wounds Insect - Spider Bites Abscesses Trauma Wounds Low Percentage/Shallow Burns Other wounds that resist healing Dental Wounds Specific Management Reports - The Contractor will provide monthly reports as instructed by the Area Chief Medical Officer (ACMO). Reporting: Reporting shall be provided on a weekly, monthly, quarterly and annual basis, as directed by the IHS Project Coordinator related to the tracking of PCC forms, consultations, patient volumes//progress/healed, observations and recommendations. Weekly verbal reports on scheduling and program progress will be provided to the Project Coordinator. Monthly written reports shall be provided to IHS and shall include those clinical elements pertinent to wound healing and any points specifically identified by IHS and shall be submitted monthly. Cumulative quarterly reports shall be provided and an annual summary report shall be provided upon completion of the contract period. The Contractor shall provide periodic ad hoc reports as requested by the IHS Project Officer. The Contractor will meet with the IHS Project Officer and the IHS Project Coordinator at least quarterly via tele-conference or in person to review Contract progress. IHS Provided Services: The Indian Health Service will provide all office space, equipment and general office supplies, telephone/FAX/mail services, electronic office equipment including computer, printer, and scanner. The Indian Health Service will furnish all necessary equipment for provision of wound care clinics, all necessary specialty dressings, medicaments, medications, wound care therapeutics, cameras/devices for photographic recording of wounds, software for recording and storage of wound care data, and off-loading appliances. IHS will supply applicable standard government/IHS forms required for contract performance. IHS will provide any other items not specifically identified herein that is deemed necessary for accomplishment of the identified objectives. IHS Designated Lead Clinician: Each participating IHS facility shall designate a lead clinician who shall be required to coordinate Wound Management services with CWCN. Each designated IHS lead clinician may be required to complete special education materials at the discretion of the IHS Project Officer. Data: It is agreed that all data generated in the performance of this contract shall be the sole property of the Indian Health Service and that any data usage by the CWCN contractor will require the prior written approval of the Chief Medical Officer, Oklahoma City Area Indian Health Service. It is agreed that both the Indian Health Service and the Contractor are specifically responsible for and required to adhere to applicable HIPPA regulations regarding patient confidentiality in the conduct and performance of this agreement. HIPAA: Pursuant to the Health Insurance Portability and Accountability Act (IIIPAA) of 1996 and its implementing regulation, the Standards of Privacy of Individual Identifiable Health Information at 45 C.F.R. Part 160 and 164, Subpart A and E ("Privacy Rule"), the Indian Health Service is required to enter into an agreement with the Business Associate, pursuant to which the Business Associate shall comply with and appropriately safeguard Protected Health Information ("PHI") that it will use and. disclose when performing functions, activities or services ("Services") for the Indian Health Service. Credentialing/License Verification: The Certification Eligible Wound. Care Nurse will complete applicable credentialing/license verification requirements of the participating IHS facility and will be required to complete the facility's respective "Orientation of Clinical Providers" which will include participation in verbal orientation and review of various written materials relating to the provision of services within the- respective IHS facilities. Contractor is responsible for maintaining current CPR certification, specialty certification, and any other certification and licensure. License verifications/new licenses will be provided to IHS clinics on scheduled renewal years. Education/Orientation: IHS physicians and nurses participating in the Wound Management Program may be required to complete educational materials proscribed by the Area Chief Medical Officer as a requisite of this program and to complete proscribed materials for continuation of the program within specified time periods. The Contractor will provide technical assistance as requested regarding the identification of such materials. INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE. As stated in FAR 52.237-7, (JAN 1997). a) It is expressly agreed and understood that this is a nonpersonal services contract, as defined in Federal Acquisition Regulation (FAR) 37.101, under which the professional services rendered by the Contractor are rendered in its capacity as an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over professional aspects of the services rendered, including by example, the Contractor's professional medical judgment, diagnosis, or specific medical treatments. The Contractor shall be solely liable for and expressly agrees to indemnify the Government with respect to any liability producing acts or omissions by it or by its employees or agents. The Contractor shall maintain during the term of this contract liability insurance issued by a responsible insurance carrier of not less than the following amount(s) per specialty per occurrence: $1 million/$3 million Aggregate. (b) An apparently successful offeror, upon request by the Contracting Officer, shall furnish prior to contract award evidence of its insurability concerning the medical liability insurance required by paragraph (a) of this clause. (c) Liability insurance may be on either an occurrences basis or on a claims-made basis. If the policy is on a claims-made basis, an extended reporting endorsement (tail) for a period of not less than 3 years after the end of the contract term must also be provided. (d) Evidence of insurance documenting the required coverage for each health care provider who will perform under this contract shall be provided to the Contracting Officer prior to the commencement of services under this contract. If the insurance is on a claims-made basis and evidence of an extended reporting endorsement is not provided prior to the commencement of services, evidence of such endorsement shall be provided to the Contracting Officer prior to the expiration of this contract. Final payment under this contract shall be withheld until evidence of the extended reporting endorsement is provided to the Contracting Officer. (e) The policies evidencing required insurance shall also contain an endorsement to the effect that any cancellation or material change adversely affecting the Government's interest shall not be effective until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer. If, during the performance period of the contract the Contractor changes insurance providers, the Contractor must provide evidence that the Government will be indemnified to the limits specified in paragraph (a) of this clause, for the entire period of the contract, either under the new policy, or a combination of old and new policies. (f) The Contractor shall insert the substance of this clause, including this paragraph (f), in all subcontracts under this contract for health care services and shall require such subcontractors to provide evidence of and maintain insurance in accordance with paragraph (a) of this clause. At least 5 days before the commencement of work by any subcontractor, the Contractor shall furnish to the Contracting Officer evidence of such insurance. IMMUNIZATION RECORD Persons born after December 31, 1956, if awarded contract, must provide proof of immunity to Rubella and Measles prior to award of contract. Serological testing to confirm immunity and/or immunizations will be provided to the Government. Special considerations may be allowed to individuals, who are allergic to component of a vaccine, has history of severe reaction of a vaccine or who are currently pregnant. CONTACT WITH INDIAN CHILDREN Individuals providing services which involve regular contact with or control over, Indian children, are subject to a character investigation. IHS Personnel Office will conduct these investigations following the award unless in the judgment of the Contracting Officer, in consultation with the Personnel Officer, investigation may be waived based on prior investigations on file. Until the Contracting Officer has been notified of the result of the investigation, such individuals shall not have unsupervised contact with Indian children. The contractor must perform in accordance with Section 231 of the Crime Control Act of 1990, P.L. 101-647 and the Indian Child Protection and Family Violence Prevention Act, P.L. 101-630, and failure to comply with these statutes will result in immediate removal. WORK SCHEDULE A. Hours are 8:00 a.m. through 5:00 p.m. Monday through Friday. B. There shall be no weekend work, holidays, or night shifts (12mn-8am) needed for this requirement. C. There shall be no work performed on federally recognized holidays. D. Any changes to the preceding shall require mutual agreement of the Contractor and Contracting Officer's Representative. CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. The provisions of 52.212-1, Instructions to Offerors-Commercial Items (June 2008), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide the following: (1) completed "Temporary Waiver of Character Investigation" and "Declaration for Federal Employment" form (2) verification of indemnification (3) three past performance references; (4) Dun and Bradstreet Number (note: Contractors must be registered in the Central Contractor Registration to be eligible for award. This can be done at http://www.ccr.gov). In order to be determined acceptable, quotes must include completed "Temporary Waiver of Character Investigation" and "Declaration for Federal Employment" forms. If offeror fails to complete and return the forms, the quote will be rejected as unacceptable. The successful offeror shall be required to complete the following background investigation forms: SF 85, Questionaire for non-sensitive Positions and SF 87, Finger Print Forms. The provisions of 52.212-2, Evaluation - Commercial Items (Jan 1999) applies to this acquisition. The Government intends to a purchase order from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Price = 25 POINTS (2) Professional Licensure = 25 POINTS (Offeror must have a current, unrestricted RN State license and be a Certification Eligible Wound Care Nurse); (3) Certification = 25 POINTS (Offeror must provide proof of Certification as a Pedorthist or be a certified Diabetes foot specialist) (4) Past Performance = 25 POINTS. 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/Project Manager and telephone number, if applicable. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) or indicate certifications in ORCA at http://orca.bpn.gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 Central Contractor Registration (April 2008), 52.204-8 Annual Representations and Certifications (Feb 2009), 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007), 52.223-6 Drug-free Workplace (May 2001), 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997); 352.202-1 Definitions (Jan 2006), 352.215-1 Instructions to offerors-Competitive acquisition, 352.223-70 Safety and Health (Jan 2006), 352.224-70 Confidentiality of Information (Jan 2006), 352.270-12 Pro-Children Act (Jan 2006), 352.270-13 Tobacco-Free facilities (Jan 2006), 352.270-2 Indian Preference (Apr 1984), 352.270-3 Indian Preference Program (Jan 2006), 352.270-11 Privacy Act (Jan 2006), 352.270-12 Pro-Children Act of 1994 (Jan 2006), 352.270-13 Tobacco-free Facilities (Jan 2006), 352.270-17 Crime Control Act-Reporting of Child Abuse (Jan 2006) and 352.270-18 Crime Control Act-Requirement for Background Checks (Jan 2006). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (June 2009) applies to this acquisition. The following FAR and HHSAR clauses apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sept 2006); 52.217-9, Option to Extend the Term of the Contract (Mar 2000), (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years; 52.219-6 Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Feb 2009); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Quotes are due by 4:30 pm CST, October 30, 2009, and must be delivered via Federal Express or UPS to the Indian Health Service, Division of Acquisition Management, 701 Market Drive, Suite 242A, Oklahoma City, OK 73114, Attn: Jennifer Farris. Questions concerning this solicitation may be addressed to Jennifer Farris at 405-951-3893. Contracting Office Address: 701 Market Drive, Suite 242A, Oklahoma City, OK 73114. Place of Performance: Oklahoma City Area of the Indian Health Service United States Primary Point of Contact: Jennifer Farris, Contract Specialist, jennifer.farris@ihs.gov Phone: (405) 951-3893 Fax: (405) 951-3771.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-10-Q-0003/listing.html)
 
Place of Performance
Address: 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
Zip Code: 73114
 
Record
SN01985762-W 20091017/091015234711-fe2f9b59ca3493150e4b5964a70dee90 (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.