Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
SOLICITATION NOTICE

Q -- EMERGENCY ROOM NURSE - FAR provision 52.212-3

Notice Date
7/22/2016
 
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-10-16-055-REL
 
Archive Date
8/20/2016
 
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 Certifications - Commercial Items (JUL 2016). This provision must be completed and submitted with the offer if the electronic Representations and Certifications section of the System for Award Management (SAM) is not completed. 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 (41 U.S.C. 3305, 3306, and Chapter 37); FAR Part 12, Acquisition of Commercial Items (41 U.S.C. 1906 and 1907)); and FAR 37.101, Non Personal Service Contract. This announcement constitutes the only solicitation; proposals are being requested and 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)-10-16-055-REL. The solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. The associated North American Industry Classification System code is 561320 and the small business size standard is $27.5 million. PRICE SCHEDULE: EMERGENCY ROOM NURSE BASE YEAR: 160 hours @ $_______________ per hour = $____________________. OPTION YEAR ONE: 2080 hours @ $_______________ per hour = $____________________. GRAND TOTAL: $____________________. PERIOD OF PERFORMANCE: September 1, 2016, through September 30, 2016, with one 12-month option. WORK SCHEDULE: 12-hour rotating shifts, 80 hours per pay period. The shifts include weekends and holidays or as needed by the supervisor. LOCATION OF THE CONTRACT: The Emergency Room Nursing Services are located at the Northern Cheyenne Service Unit, PHS Indian Health Center, 420 North Cheyenne Avenue, Lame Deer, Montana. The Northern Cheyenne Service Unit is a small ambulatory outpatient clinic with 24/7 emergency room services. The Service Unit is not an inpatient facility and patients needing inpatient services will be transferred to the nearest Indian Health Service facility 40 miles away or to Billings, Montana which is 100 miles away. STATEMENT OF WORK: The nurse functions as an ER Specialist in the Emergency Department. The purpose of the services is to provide direct, specialized professional nursing care to patients of all ages (newborn infant, child, adolescent, adult, elder, etc.) with a variety of acute and chronic health needs in the emergent setting or problems that require adaptation of established nursing procedures. Performs specialized, professional nursing duties in the case of critically ill, severely injured and/or traumatized urgent care patients. Assesses all patients presenting for care and triages based on history, physical assessments and chief complaint. Initiates treatments, medications, emergency and resuscitative measures based on appropriate utilization of standard nursing protocol, ACLS, PALS and ATLS protocols. Administers therapeutic measures as prescribed by the physician such as medications, treatments, intravenous fluids, nasogastric tubes, etc. Records observations nursing interventions, therapeutic measure, hemodynamic monitoring data and other relevant measures for the patients care. Continually monitors and assesses patients' clinical condition and recognizes, identifies and interprets serious situations. Initiates proper intervention and sees that the physician is notified immediately. In an emergency situation if a physician is not immediately available, initiates appropriate actions and procedures. Operates and monitors specialized equipment such as cardiac monitors, volume respirators, EKG machines, suction machines, cardiac pacemakers, defibrillators, et cetera. The contractor must have a current nursing licsence and be certified in BLS, ACLS, and PALS. KNOWLEDGE REQUIRED BY THE POSITION: Advanced knowledge of professional, emergency room nursing theories, principles, practices, concepts, and procedures as applies to the care of emergent/urgent care patients; i.e., nursing diagnosis, problem oriented care plan development, use of emergency drugs, interpretation of EKG rhythm strip, and understanding of lab data. Knowledge of pharmaceuticals used in emergency settings, their desired effects, side effects and complications of their use. Specialized knowledge in nursing treatment of such patient problems and conditions such as cardiac dysrhythmia, adult respiratory distress of failure, hypo/hypertensive crisis, and cardiopulmonary arrest, multiple trauma, including pediatric medical and surgical problems. Ability to prioritize the care of urgent care patients. EVALUATION AND OVERSIGHT: The nurse works under the general direction of the Director of Nursing and the Emergency Room Provider and receives medical direction from the medical staff. The nurse plans and provides comprehensive nursing care in the Urgent Care/ER for each patient in conjunction with the Provider. Work is evaluated for adherence to professional nursing standards and the Northern Cheyenne Service Unit policies and procedures. Highly unusual problems are reported to the Provider in charge or the Director of Nursing. GUIDELINES: The Director of Nursing defines the continuing assignments with procedures and methods to be used, priorities and deadlines. The Director of Nursing helps the nurse with difficult or controversial aspects of the job requirement. The nurse 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 Director of Nursing. COMPLEXITY: Providing emergency room nursing care requires a comprehensive and 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 or 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 or the physician in charge. The emergency room nurse solves the majority of problems independently. Conditions change rapidly and the nurse 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. SCOPE AND EFFECT: The purpose of the work is to provide direct and indirect emergency and urgent care to patients in accordance with the Northern Cheyenne Service Unit priorities. Work contributes to the health of individuals on the Northern Cheyenne Reservation. Emergency treatment and care may save lives and outpatient care may decrease future complications and increase the quality of life for the individuals of the Northern Cheyenne Tribe. PERSONAL CONTACTS: Contacts are with patients, their families, other staff in the Urgent Care/Outpatient clinic, Northern Cheyenne Service Unit, Tribal Health Department and with I.H.S. and non-I.H.S. consultants. PURPOSE OF CONTACTS: Contacts with patients are to provide emergency intervention and health care to patients. Contacts with families are to provide information about the care of the patients, often under stressful conditions. Contact with Service Unit staff and other health care providers is to exchange information required to provide patient treatment and care and to arrange for patient follow-up. PHYSICAL DEMANDS: Prolonged periods of moving, lifting, as well as manual dexterity, ability to bend, stoop and sometimes physically restrain patients. May require rotating shifts and overtime, may require extended period with little or no sleep. Emotional pressures of dealing with seriously injured, ill or dying patients in the emergency setting induces stress. WORK ENVIRONMENT: Work environment in a medical facility includes exposure to communicable diseases, intoxicated and/or violent patients. Personal protective equipment and guidelines to prevent disease transmission are provided. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all necessary equipment and supplies. The Northern Cheyenne 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. 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 invoices to the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107, with a courtesy copy to the Contracting Officer's Representative (COR). 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. 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, requires 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 Northern Cheyenne Service Unit. Fingerprints must also be taken as part of the pre-employment process and must be completed before the registered 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. 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 (OCT 2014): (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) CURRENT, UNRESTRICTED LICENSE = 35 POINTS. Potential contractors must submit a copy of nursing license (all previous licenses ever held, at a minimum, license numbers and the State(s)) with price quote; (2) RESUME/CURRICULUM VITAE = 35 POINTS. Potential contractors must submit resume with price quote. Resumes must include information relating to: (a) Professional Education; (b) Certifications; and (c) Previous jobs; and (3) COMPANY PAST PERFORMANCE = 30 POINTS. The Company 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. (4) COST/PRICE: Price is not assigned an adjectival rating or scored. It will be evaluated to determine whether it is reasonable and if the quotation reflects an understanding of the requirement. This factor will be evaluated utilizing price analysis techniques identified in FAR Part 15.404-1. Analysis will include review of price reasonableness and balanced pricing. Offerors are cautioned that "materially unbalanced" prices and/or unreasonably high or low prices may cause your quotation to be deemed unacceptable and rejected. 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. EVALUATION APPROACH: The content of the written quotations, as well as information derived from discussions/negotiations, if discussions are held, will be evaluated to determine the degree and extent to which the requirements and objectives set forth in the solicitation are satisfied. No assumption will be made by Government evaluators regarding areas not defined in the offeror's written material/information provided to the Government for evaluation. EVAULATION METHODOLOGY: A team of Government personnel will evaluate the quotations. The quotations will be evaluated in accordance with the aforementioned factors. Any quotation that is unrealistic, in terms of technical approach, schedule commitments, and or costs (high or low) will be deemed unacceptable. BASIS FOR AWARD: Selection of the successful offeror will be made based on the evaluation criteria. The quotations will be evaluated and a contract awarded under the Best Value Continuum approach to permit tradeoffs among cost or price and non-cost factors. This will allow the Government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror who meets or exceeds the technical acceptability standards established in the factors referenced above. 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, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-2, 52.223-5, 52.223-6, 52.223-10, 52.223-17, 52.224-1, 52.224-2, 52.225-25, 52.227-14, 52.227-17, 52.228-5, 52.232-18, 52.232-39, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.244-6, 52.245-1, 52.245-9, 352.203-70, 352.215-70, 352.222-70, 352.223-70, 352.224-70, 352.224-71, 352.226-3, 352.227-70, 352.237-70, 352.237-71, 352.237-72, 352.237-73, 352.237-74, 352.239-73 and 352.239-74. 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, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 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://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/part-352-solicitation-provisions-contract-clauses/index.html. 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, if the electronic Representations and Certifications section of the System for Award Management (SAM) is not completed. 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 5:00 p.m. on August 5, 2016. 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-10-16-055-REL/listing.html)
 
Place of Performance
Address: Northern Cheyenne Service Unit, PHS Indian Health Center, 420 North Cheyenne Avenue, Lame Deer, Montana, 59043, United States
Zip Code: 59043
 
Record
SN04192501-W 20160724/160722234000-c332109af979f4a8d2dd06e4a04fb014 (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.