Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2011 FBO #3361
SOLICITATION NOTICE

Q -- OB/GYN NURSE - FAR provision 52.212-3

Notice Date
2/4/2011
 
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, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-11-020-REL
 
Archive Date
3/12/2011
 
Point of Contact
Rita E Langager, Phone: 406.247.7293
 
E-Mail Address
rita.langager@ihs.gov
(rita.langager@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications - Commercial Items (JAN 2011) that must be completed and submitted with the offer. 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)); and 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). 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 fixed-price personal services commercial item contract in response to Request for Quotation (RFQ) 10-11-020-REL. The solicitation is restricted to 100% Small Business concerns. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49. The associated North American Industry Classification System code is 621399 and the small business size standard is $7.0 million. PRICE SCHEDULE - OB/GYN NURSING SERVICES: Potential contractors shall propose an all inclusive monthly rate for: BASE YEAR: 7 MONTHS @ $____________________ per mo = tiny_mce_marker_________________________; OPTION YEAR ONE: 12 MONTHS @ $____________________ per mo = $_________________________; OPTION YEAR TWO: 12 MONTHS @ $____________________ per mo = $_________________________; OPTION YEAR THREE: 12 MONTHS @ $____________________ per mo = $_________________________; OPTION YEAR FOUR: 12 MONTHS @ $____________________ per mo = $_________________________; GRAND TOTAL:__________________________. WORK SCHEDULE: Five days per month (The work schedule will be coordinated with the project officer and/or chief medical officer after the contract is awarded). PURPOSE OF THE CONTRACT: The purpose of this acquisition is to contract for a registered nurse specializing in obstetrics and gynecology. STATEMENT OF WORK: (1) Provides nursing support services for the OB/GYN programs. The services may require that the contractor spend the majority of their weekdays and nights/month away from home. The schedule is flexible and may be expected to change and contract nurse must be ready to make changes on short notice. (2) Possesses and uses excellent communication skills while dealing with patients. Service Unit personnel, physicians and institutions. Networks well and develops relationships to facilitate the delivery of diverse levels of care at multiple sites to several different patient populations. (3) Maintains documentation of licensing and CME at the Billings Area Office (BAO). Provides all necessary documentation required by the contract in a timely fashion. (4) Maintains a reliable vehicle for transportation in all weather to minimize travel interruptions that would interfere with patient care. (5) Coordinates scheduling of appointments, procedures and follow-up from clinics, hospitals, and home. Schedules patients and arranges surgeries, referrals and consultations. Contacts other Service Units and outside facilities and providers for appropriate interchange of patient information. Calls other facilities to obtain previous op notes, pathology reports, test results, or anything else pertinent to the current visit in advance of the patient seeing the doctor. Maintains and disseminates home, work, and cell phone numbers to patients and clinic staff for scheduling purposes. Expects to receive calls at home regularly regarding work duties even when not on duty. (6) Schedules and re-schedules changes in the monthly schedule based on patient, facility, and provider needs, as required, on an ongoing basis and as far in advance as possible. Provides updated monthly schedules to Dr. Callender and all clinics and hospitals involved. (7) Receives credentialing documents from physician and distributes them to all necessary clinics and hospitals in a timely fashion. (8) Assists physician in chart reviews and general reviews of providers and facilities for Service Unit and BAO management and Quality Assurance (QA) purposes. (9) Maintains a work log and provides a monthly report in a workable EXCEL format of appointments, cancellations, reschedules, patient visits, procedures, surgeries, etc. Demonstrates word processing skills, and understands, and is able to successfully use all databases pertaining to women's health and care in the clinic/hospital setting. Enters appointments, letters, cancellations, no-shows and procedures in the 11-IS database. Does occasional searches or data collection from the RPMS system to aid in the management of Area OB/GYN Health Care planning and analysis. (10) Contacts patients to remind them of their appointments. Contacts noncompliant patients or Public Health Nurse (PHN) resources to schedule or reschedule missed appointments. Arranges for chronically noncompliant patients to receive and sign refusal or no reschedule letters as appropriate. (11) Keeps, maintains, and transports those supplies and equipment necessary to the practice. Large equipment such as colposcopes as well as disposables and paperwork will need to be maintained, organized and transported in a reliable fashion. (12) Performs the usual duties associated with nursing in both an in- and outpatient setting for OB-GYN at multiple sites. Pre-, intra-, and post-operative care will be involved, as will outpatient clinics that involve numerous procedures and the need for rapid intake and turnover of rooms. Procedures include but are not limited to: (a) Pap smears; (b) Endometrial biopsy; (c) Endocetvieal curettage; (d) Colposcopy; (e) Cervical biopsy; (f) Biopsy or treatment of vaginal lesions; (g) Biopsy or treatment of vulvar or perianal or skin lesions; (h) Cryotherapy of genital lesions; (i) LEEP of genital lesions; and (j) Urodynamic testing. (13) Provides assistance in patient education, taking histories, setting up and caring for equipment and otherwise supporting various obstetric or gynecologic interventions. This support includes cleaning the room and equipment, calling the patient from the waiting area, preparing the patient for the encounter, having appropriate permits available, preparing and taking to the lab all appropriate completed forms and specimens, seeing that the patient is recovered and ready for discharge, and repeating the process so that patient encounters occur at the scheduled intervals. (a) Specific duties include: (i) Checking rooms and pharmacy for adequate supplies: (1) IUDs and DepaLupron; (2) Endometrial aspirators and endocervical curettes; (3) LEEP packs; (4) Colposcopy and biopsy supplies and equipment including that necessary for local anesthesia and specimen forms and containers; (5) Urodynamic supplies; (ii) Sterilizing instruments and maintain bead sterilizer; (iii) Setting up the room and checking that equipment functions; ( iv) Doing vital signs and obtain screening information; (v) Filling out requests and ordering pertinent lab tests and procedures; (vi) Educating patients regarding conditions, procedures, and test results; (vii) Checking chart and flagging significant information before doctor sees patient; (14) In the inpatient setting sees that proper H&P, lab work, and consults are on the patient chart and circulates during the surgeries or supplies support to nursing staff as requested; (15) Contractor arranges housing and transportation for self and physician at all sites visited, including arrangements for a General Services Administration (GSA) vehicle when travel is not done by privately owned vehicle (POV); and (16) All the above services may be required before, during or after the regular workday. SUPERVISION: The Chief Medical Officer at the Fort Belknap Service Unit shall supervise, monitor and ensure the contractor is adequately performing the requested services, duties and responsibilities in accordance with the statement of work. The contractor's performance will be reviewed for conformance to IHS and updated policies, procedures and accepted professional practices relating to direct patient care. SUPERVISOR: Chief Medical Officer. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all necessary equipment and supplies. The Fort Belknap Service Unit will be responsible for getting the Contractor access and clearance to all 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 by all employees including all contractors, volunteers, students, and summer externs. The Contractor will be required to 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 for personal identity verification for all affected contractor and subcontractor personnel. 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. 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 (FTCA) coverage for medical related claims is extended to the individual providing the services. However, the services must have been performed within the scope of the personal services contract. 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 Fort Belknap Service Unit. In addition, fingerprint checks must occur as part of the pre-employment process and must be completed before the contract nurse is allowed to work. The fingerprint checks should be coordinated with the Service Unit. Please contact the Administrative Officer at the Service Unit to complete this process. PERIOD OF PERFORMANCE: The performance of this contract shall be from date of award (March 2011) through September 30, 2011, with four 12-month options. 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 Contractor's 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 Supervisor at the Fort Belknap Service Unit. The Contractor agrees to include the following information on each invoice: (1) Contractor's name, address, telephone number and e-mail address; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service including the number of days worked; and (6) Remit to address. The Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107, shall make payment. 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 CONTRACTOR SHALL PROVIDE EVIDENCE OF, OR SUBMIT A WRITTEN RESPONSE TO, THE FOLLOWING TECHNICAL EVALUATION FACTORS: The following factors shall be used to evaluate offers: (1) Registered Nursing License = 40 Points. Offerors must provide evidence of current unrestricted State license for the registered nurse; (2) Resume = 30 Points. Resume must include information relating to: (a) Professional Education; (b) Certifications; and (c) Previous jobs; and (3) Past Performance = 30 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 Manager and telephone number, if applicable. Technical and past performance, when combined, are considered approximately equal. (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, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.227-14, 52.227-17, 52.228-5, 52.229-3, 52.232-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.245-1, 52.249-12, 52.251-1, 52.251-2, 352.201-70, 352.202-1, 352.203-70, 352-215-1, 352.215-70, 352.222-70, 352.223-70, 252.224-70, 352.227-70, 352.231-71, 352.237-70, 352.237-71, 352.237-72, 352.239-73, 352.242-71, 352.242-72, 352.242-73, 352.270-2, and 352.270-3. 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, 52.223-18, 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 https://www.acquisition.gov/ and http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3524d214210697effd2fd5c77848a806&rgn=div5&view=text&node=48:4.0.1.8.33&idno=48. 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. CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST REGISTER WITH THE DEPARTMENT OF DEFENSES 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 HTTPS://WWW.BPN.GOV/CCR/DEFAULT.ASPX OR BY CALLING (888) 227-2423. 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 February 25, 2011. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company's name and address. Offers will also be accepted by e-mail at Rita.Langager@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 90 days from the date of receipt by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-11-020-REL/listing.html)
 
Record
SN02373219-W 20110206/110204234023-6d81b66da5159125a773ba61585c753b (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.