Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2009 FBO #2938
MODIFICATION

Q -- Part-time Quality Improvement Assistant

Notice Date
12/8/2009
 
Notice Type
Modification/Amendment
 
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
HHSI2462010Q0009
 
Archive Date
12/25/2009
 
Point of Contact
Anna M Hulsey, Phone: 580-354-5383
 
E-Mail Address
anna.hulsey@ihs.gov
(anna.hulsey@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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) # HHSI2462010Q0009. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24, effective 3/31/2008. This procurement is a 100% small business set-aside under NAICS code 621399 with a standard business size of $7.0M. CLIN 0001, Contractor shall provide a firm, fixed-price hourly rate (all inclusive to include travel and per diem) for 1040 hours, December 14, 2009 to December 13, 2010, plus one option year. Description of Requirements: Contractor shall provide a part-time Quality Improvement assistant to provide expert services to assist in the planning, organizing, directing and implementing functions and requirements of the Utilization Review, Discharge Planning, Infection Control and Medical Staff performance as mandated by standards for Medicare/Medicaid Services (CMS) and The Joint Commission (TJC). The services will include the following: 1. Evaluates clinical data entered in patient private health information (patient chart or Electronic Health Record (EHR). 2. Consults with Medical providers on any documentation concerns or changes in requirements as issued by TJC or CMS. 3. Review all extended stay cases and make referral to medical advisor as necessary for review. 4. Assist medical staff providers with Ongoing Professional Practice Evaluation (OPPE) and Focused Professional Practice Evaluation (FPPE) data abstraction processes. 5. Works closely with the Clinical Director and medical providers to resolve any Quality of Care issues from chart reviews. 6. Provide orientation to new medical providers on Peer Review, OPPE, FPPE and other clinical review processes that require data abstraction, interpretation and analysis. 7. Assist the medical provider by abstracting data from the Electronic Health Record (EHR), RPMS or other resources necessary to complete performance activities. 8. Prepare monthly reports for Clinical Director on ongoing activities, projects and document analyses. 9. Assists health professional select specific topics for review, such as problem procedures, drugs, high volume cases, high risk cases, or other factors. Qualifications 1) Health professional degree. 2) Knowledge of current local, state and federal laws and regulation and accreditation standards related to the delivery of hospital health care, safety and risk management. 3) Ability to communicate effectively and persuasively, both orally and in writing. 4) Ability to organize, develop, implement, monitor and evaluate professional work plan goals and performance objectives. 5) Computer literacy with proficiency and expertise in Microsoft Office, including software application for WORD, and EXCEL. 6) Ability to develop, implement and manage individual projects and those of the medical staff Quality Improvement Program. 7) Experience with the EHR, Resource Patient Management System (RPMS) and Indian Health Service performance measures. Be familiar with TJC and CMS standards. 8) Ability to perform effectively in a culturally diverse work environment. 9) Experience coordinating and extracting data for Physician Peer Review activities, and other extensive clinical chart reviews for the Service Unit Clinical Departments. The Contractor shall provide services two weeks per month. Services shall be scheduled in a manner that is mutually agreed upon between the Contractor and the service unit. This is a nonpersonal health care services contract. Government Furnished Property, Facilities and Services • Administrative and professional support that is available to Indian Health Service personnel. This includes but not limited to copy machines, telefax machines, medical library, and telephone services. • Initial and ongoing orientation to the LIHC Service Unit, clinic policy and procedures related to performance of duties outlined in the description of requirements. • Use of government furnished facility space, equipment, supplies, and personnel are for the provision of care and services set forth in the contract only. 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 (Nov 2007), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide (3) THREE PAST PERFORMANCE REFERENCES TO INCLUDE THE CONTACT NAME AND PHONE NUMBER, CONTRACT NUMBER, COMPANY NAME & BRIEF DESCRIPTION OF PROJECT; and their 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). The provisions of 52.212-2, Evaluation – Commercial Items (Jan 1999) applies to this acquisition. The Government intends to award 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 quotes: (1) Price, (2) Qualifications AND (3) PAST PERFORMANCE. All factors are equal in importance. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items (Nov 2007) or indicate certifications in ORCA at https://orca@bpn,gov. The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Items (Feb 2007), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 Central Contractor Registration (July 2006), 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007), 52.223-6 Drug-free Workplace (May 2001), 352.224-70 Confidentiality of Information (April 1984) and 352.270-17 Crime Control Act-Reporting of Child Abuse (Jan 2006). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders—Commercial Items (Feb 2008) applies to this acquisition. The following clauses apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sept. 2006); 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 (Aug 2007); 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003). Quotes are due by 4:00 pm CST, December 10, 2009, and must be delivered to the Lawton Indian Hospital, Division of Material Management, 1515 Lawrie Tatum Road, Lawton, OK 73507, Attn: Anna Hulsey. Questions concerning this solicitation may be addressed to Anna Hulsey at 580-354-5383.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/HHSI2462010Q0009/listing.html)
 
Place of Performance
Address: 1515 Lawrie Tatum Road, Lawton, Oklahoma, 73507, United States
Zip Code: 73507
 
Record
SN02018709-W 20091210/091208234604-e09420a0c2d37b618e1787631f6498f3 (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.