Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2014 FBO #4764
SOLICITATION NOTICE

Q -- PART-TIME REGISTERED NURSE - FAR provision 52.212-3

Notice Date
12/8/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
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-10-15-011-REL
 
Archive Date
1/2/2015
 
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
N/A
 
Description
Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certification - Commercial Items (NOV 2014) 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 commercial item contract in response to Request for Quotation (RFQ)-10-15-011-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 2005-78. The associated North American Industry Classification System code is 561320 and the small business size standard is $27.5 million. PRICE SCHEDULE - REGISTERED NURSING SERVICES: BASE YEAR: 960 hours @ $_______________ per hour = $____________________; OPTION YEAR ONE: 960 hours @ $_______________ per hour = $____________________; OPTION YEAR TWO: 960 hours @ $_______________ per hour = $____________________; OPTION YEAR THREE: 960 hours @ $_______________ per hour = $____________________; OPTION YEAR FOUR: 960 hours @ $_______________ per hour = $____________________; GRAND TOTAL: $____________________ PERIOD OF PERFORMANCE: 12 months with four 12-month options; WORK SCHEDULE: Part-time, Monday through Friday, 8:00 a.m. to 4:45 p.m.; STATEMENT OF WORK: Provides the full range of clinical nursing services at the Wind River Service Unit on a part-time basis. Will fill in for Clinical Nursing staff that are on training, vacation, medical leave, or if the Service Unit has an increased workload during a particular season; e.g., flu season. The contract will be awarded to one registered nurse to provide coverage between the two Wind River Service Unit Clinics. The contractor completes initial assessment of patients in the outpatient clinic using the Electronic Health Record, obtaining an accurate history and recording as appropriate. Determines seriousness of complaint and adjust the flow of patients to meet urgent care needs through established screening process. Provides urgent care treatment, for example, to accident victims. Records observations, nursing interventions, therapeutic measures administered, and other data relevant to the patient's care in medical chart/electronic health record. Acts as the liaison between the provider and the patient. Provides patient education as identified by GPRA-Health Promotion/Disease Prevention initiatives on initial assessment and documents in the electronic health record. Prepares and reviews records, reports, and laboratory results. Prepares patients for tests, examinations and treatments. Assists physicians with procedures and treatments (e.g., Pap smears, dressing changes, respiratory treatments, cast applications/removal, etc.) and initiates physician's orders as directed. Prepares and administers intravenous therapy for hydration, chemotherapy, or medication administration. Draws blood for laboratory tests as needed. Administers prescribed medications (oral, intramuscular, intradermal, subcutaneous, intravenous, and topical). Provides direction and support to clinical assistants daily. Coordinates health care needs through making referrals to optometrist, dentist, public health nursing, nutritionist, etc. Initiates arrangements for follow-up care. Responsible for assignment of clinical assistants for stocking patient exam rooms and treatment room if assigned as lead nurse. Checks stock and prepares requisition lists for drugs, linens, medical and other supplies. Responsible for patient care assignments for clinical nurses and clinical assistants if assigned as lead nurse. Responsible for checking urgent care crash cart daily, as assigned. Will actively participate in clinical nursing staff meeting, clinic flow, projects assigned, and activities. Responsible for assignment of clinical assistants to clean, wrap and sterilize instruments used in the outpatient clinic, if assigned as lead nurse. Manages the stable phase of common chronic illnesses such as Diabetes, hypertension, and tuberculosis. Provides nutritional growth/development and parental information during Well Child Clinic. Provides education to individuals and family counseling when needed. Required to maintain BLS and other skills necessary for competence. Provides emotional support and reassurance to patients as needed to meet the physical, psychological, spiritual, and cultural needs of the patient population served. Collaborates with the multidisciplinary team to provide a holistic approach to improve the quality of life while maintain cultural sensitivity. Recognizes and initiates emergency procedures during cardiopulmonary arrest, external or internal disaster, bomb threat and/or fire. Safely operates specialized equipment. Follows procedures for reporting equipment management problems, failures or user errors. Maintains and demonstrates knowledge of and adheres to clinic and departmental safety regulations. Performs responsibilities for infection control, hazardous materials, safety, security, and emergency preparedness. Maintains knowledge of information management concepts (Health Records) and effectively participates in implementing the information management principles and maintains security and confidentiality of data and information. Demonstrates effective, communication methods and skills, following appropriate lines of authority (chain of command). Communicates with patients, families and team members to ensure the occurrences of effective therapeutic interventions, and to ensure safe patient care. KNOWLEDGE AND EXPERIENCE REQUIRED: Knowledge of professional nursing care principles, practices, and procedures in order to assess patient's needs, which also involves consideration of the physical, emotional, spiritual and socio-cultural aspects of health care such as would be gained from a four (4) year Bachelor's degree program in nursing that requires planning and providing care to patients. Knowledge of customs of the ethnic group within the area and ability to appreciate cultural differences and their effects on health care delivery. Knowledge of Service Unit and Area policies and procedures related to both routine and urgent care situations. Knowledge of and ability to apply professional nursing principles, procedures, and techniques to outpatients with a wide variety of conditions. Knowledge of health record aspects of patient care and ability to accurately and completely document related clinical data and to conduct evaluation of patient care. Alertness and skill in providing care in reacting promptly to emergency situations such as treatment of accident victims. Ability to provide individual and family counseling, guidance, and health instruction to help patients understand how to prevent disease and maintain good health. SCOPE AND EFFECT: The nurse assesses and treats patients with a variety of conditions at the Fort Washakie and Arapahoe Health Centers as assigned. The work has an effect directly on individuals and indirectly on the area served. PERSONAL CONTACTS: Personal contacts are with patients, their families, clinical personnel, community health nurses, and community leaders. PURPOSE OF CONTACTS: Personal contacts are to treat patients and also to influence and motivate them to develop and maintain good habits. PHYSICAL DEMANDS: Work requires physical exertion including considerable walking, long periods of standing, bending, stretching, reaching, moving patients and occasionally lifting items over 50 pounds. May be required to work during the after hours clinics; or rotation between the Fort Washakie and Arapahoe Health Centers. The work requires above average agility and dexterity. WORK ENVIRONMENT: Work is performed in an outpatient clinical setting. The work involves risks, which require special safety precautions for such things as exposure to chemicals, bodily fluids, radiation, contagious diseases and infection, or in working with emotionally disturbed or violent patients. The contractor will be required to work with all age groups. Clinical nurses are required to use protective clothing or personal protective equipment when necessary. SUPERVISION: The contractor receives guidance in new procedures and improved nursing techniques from the Supervisory Clinical Nurse. The nurse independently provides nursing care, patient training, counseling, and responds to urgent care situations in accordance with policy and accepted nursing practice without specific instructions. Work is reviewed for effectiveness of operations and compliance with medical requirements and professional standards. SUPERVISOR: JoLynn Davis, Director of Nursing; ALTERNATE: Gayle Logue, R.N. GUIDELINES: The contractor works under protocols of care/standing orders that provide instructions for taking care of problems and patient needs during absence of physician or mid-level provider. For example, the nurse may provide urgent care treatment under own initiative. Judgment is required to assess patient's condition, determine degree of change, call a physician, mid-level provider, or initiate urgent care treatment. COMPLEXITY: The contractor prepares patients for examination, assists during the examination and administers prescribed medication and treatments. Gives hypodermic injections, prepares and administers IV therapy, administers oxygen in urgent care situations, applies dressings, takes and records vital signs-temperature, pulse, respirations, blood pressure, and pain assessment. Draws blood for tests, performs EKG tests if laboratory technician is not available. Assists the physician or mid-level provider in minor surgical procedures such as repair of lacerations, abscess drainage and helps apply casts and dressings. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all necessary equipment and supplies. The Wind River 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. Access/clearance to all pertinent computer systems, including completing the Security Checklist, Rules of Behavior form, Security training; and if necessary, a Business Partner Interconnection Security Agreement (BPISA), should be coordinated with the Service Unit. PERFORMANCE-BASED SERVICE DELIVERY SUMMARY: The contract Registered Nurse's 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 Registered Nursing services as specified in the Performance Work Statement; (2) Must be available for shift coverage in Outpatient 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 contracting officer's representative 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. CONTRACTING OFFICER'S REPRESENTATIVE (COR): The Contracting Officer's Representative (COR) 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 Wind River Service Unit, PHS Indian Health Center, P.O. Box 128, Fort Washakie, Wyoming 82514. The Contractor agrees to include the following information on each invoice: (1) Contractor's name and address; (2) Contact name, title, and telephone number; (3) Contract Number; (4) Invoice number and date; (5) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed; (6) Remit to Address; (7) Taxpayer Identification Number (Employer Identification Number or Social Security Number); and (8) Data Universal Numbering System (DUNS) number (to ensure payment is made to the correct bank account) and vendor mailing address, as provided in the System for Award Management (SAM), formerly known as the Central Contractor Registration (CCR) database. 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 Wind River Service Unit. Fingerprints must also be taken as part of the pre-employment process and must be completed before the nurse is allowed to work. 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 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. 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) Resume = 35 POINTS. Potential contractors must submit resume with price quote; and (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. 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, 52.204-7, 52.204-9, 52.204-13, 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, 52.225-25, 52.227-14, 52.227-17, 52.228-5, 52.229-3, 52.232-3, 52.232-18, 52.232-39, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.244-6, 52.245-1, 52.249-12, 352.201-70, 352.202-1, 352.203-70, 352.215-1, 352.215-70, 352.222-70, 352.223-70, 352.224-70, 352.227-70, 352.231-71, 352.237-70, 352.237-71, 352.237-72, 352.239-72, 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, 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 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 System for Award Management (SAM). SAM replaces the Department of Defense's Central Contractor Registration (CCR) database. SAM is now the primary Government repository, which retains information on Government contractors. You may register via the Internet at www.sam.gov. 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 12:00 noon on December 18, 2014. 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 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-10-15-011-REL/listing.html)
 
Record
SN03589739-W 20141210/141208234132-b8bb6edb6c6880dae47794122cd241c0 (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.