Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 29,1997 PSA#2000

CDR, HCAA, PACIFIC CONTRACTING, CENTER, ATTN: MCAA-PC, 160 KRUKOWSKI RD BLDG 160, HONOLULU, HI 96859-5000

Q -- REQUIREMENTS CONTRACT FOR NURSING SOL DADA16-98-R-0001 DUE 122697 POC Contracting Specialist Faybein Moy (808) 433-4487 (Site Code DADA16) The Pacific Contacting Center, 160 Krukowski Road, Bldg 160, Honolulu, Hawaii 96859 intends to make an award to a qualified medical entity to provide services at Tripler Army Medical Center (TAMC), Honolulu, Hawaii. Contractor will provide specialty Registered and Licensed Practical nursing services to eligible Beneficiaries of the military health care system as authorized by Army Regulation (AR) 40-3 in conjunction with other health care providers in the following areas: 1. Registered Nurses (RN) to provide services in the following specialities: medical/surgical, pediatric, ob/gyn/labor & delivery, psychiatric; 2. Registered Nurses -- speciality: operating room, special procedure. 3. Intensive Care Registered Nurses speciality: medical/surgical, neonatal, pediatric, emergency room, hemodialysis. 4. Licensed Practical Nurse -- speciality: provide services in various departments of TAMC. 5. Intensive Care Unit LPN -- speciality: medical/surgical, neonatal, pediatric. 6. Nursing Assistants (NA) -- speciality: provide services in various departments of TAMC. This is a combined synopsis for commerical item 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for proposal. This CBD solicitation incorporates the provisions and clauses for the acquisition of commercial services which are in effect through Federal Acquisition Circular 97-02 and 52.219-6; Notice of Total Small Business Set-Aside. The recommended Standard Industrial Classification (SIC) Code for this procurement is 8049 with a corresponding size of $5.0 million. Firms responding should indicate whether or not they are small business, small women-owned, small disadvantaged, or 8(a) business, in accordance with the referenced SIC Code. The Tripler Army Medical Center(TAMC) intends to fulfill the need for intermittent Registered /LPN nursing services based upon fluctuations in workload and patient acuity. This is a personal services contract as defined in FAR 37.101. This requirement type contract is for base year with four(4) 12 month option periods. The contractor shall provide nursing services in accordance with (IAW) the precepts of the American Nursing Association (ANA), the Joint Commission on Accreditation of Healthcare Organizations manual and the professional standards at TAMC. All contract employees should have certified physicals, immunization screening, meet personal hygiene standards and documentation in Cardiopulmonary Resuscitation. The contractor shall provide a workforce to accomplish the specified quantity and quality of work within the schedule and time required herein. With a 30 day advance notice, the requests will be at 100% fill for non-critical care areas and over 80% fill for "hard to fill areas". With 14 days or less notice 70% fill is acceptable; and with less than 72 hours notice a 50% fill is acceptable. Government has the option to requests fills from other sources if contractor cannot maintain a fill rate of at least 70%. Contractor will be notified 2 hours prior to any shift cancellations. Tripler AMC will only pay for hours worked for any cancellations and/or replacements arriving after start of shift. Tripler AMC will incur a minimum of 2 hours; not to exceed 4 hours charge, if a contract employee is sent home for late cancellation or if services are not required. The contract employees are required to work rotating shifts, including federal holidays and weekends. Overtime will be paid only when the contract employee works over a 40 hours workweek at Tripler AMC. At least 10 calendar days prior to commencement of services, the contractor shall provide in writing the name and telephone number of the contractor's representative for coordination and implementation of contract services. The contractor's representative shall be available 24 hours a day to discuss with the Contractor Officer's Representative (COR), or his representative, any problems that may arise concerning contract matters relating to daily operations of the contract. The government will provide 4-6 hours of orientation. The government will pay fifty (50%) percent of the hourly rate for employees undergoing this manadatory training. Line Item 0001: RN (Med/Surg, Peds,Ob/Gyn/L&D, Psy) est qty: 3000 hrs. Line Item 0002: RN (OR, Spec Procedure) est qty: 400 hrs. Line Item 0003: ICU/RN (Med/Surg, Neonatal, Peds, ER, Hemodialysys) est qty: 2400 hrs. Line Item 0004: LPN (various departments at TAMC) est qty 8000 hrs. Line Item 0005: ICU/LPN (Med/Surg, Neonatal, Peds) est qty: 1400 hrs. Line Item 0006: NA (various departments at TAMC) est qty: 5000 hrs. Pursuant to FAR 17.203(d), bidders may offer varying prices for option periods. The provisions of FAR 52.212-2 Evaluation-Commercial Items, apply to this acquisition. Proposals will be evaluated and considered using a pass/fail criteria in accordance with the following evaluation factors: 1. Staffing ability to provide services, 2. Technical Approach to provide services, 3. Past Performance, 4. Experience, 5. Cost/Cost Breakdown. The offeror will provide documentation of the five (5) evaluation factors. These factors are listed in descending order of importance. BASIS FOR AWARD: Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. STAFFING ABILITY: Offerors proposed staffing should be consistent with this solicitation requirements. TECHNICAL APPROACH: Offerors proposed technical/management approach should be consistent with this solicitation requirements. PAST PERFORMANCE/EXPERIENCE: The offeror's proposal shall include experience and past performance which clearly demonstrates that the offeror is capable of performing the statement of work described in this solicitation. The offeror's proposal will be evaluated on how well the relevant past performance/experience pertains to the requirments cited in this solicitation. Personnel proposed by the offerors will be evaluated for their years of experience. The contracts the offeror has performed in the past five years will be evaluated as follows: (a) how well offeror has performed on previous contracts. (b) whether offeror has provided quality services in a timely manner, (c) whether offeror has had previous contracts terminated for default, issued a cure notice or otherwise terminated due to customer dissatisfaction and how they rectified problems. The offeror's examples of relevant experience and past performance will be verified. It should demonstrate knowledge and experience of same and/or similar work described in this solicitation. Contractor shall present narrative on how it performed on previous contracts. Provide the information on each contract, customer name, complete address and telephone number. Pertinent work under non-government contracts may also be included. In making this determination, the government will consider information in the offeror's proposal and information obtained independently by the government from other sources. The government intends to award on the proposals received as a result of the CBD notice and without discussions; however this does not preclude the government from conducting discussion with those offerors in the competitive range if it is in the best interest of the government to do so.The following provisions and clauses apply to this acquisition. These clauses and provisions are available in full text upon request. The provisions at 52.212-1, and 52.212-2 apply to this acquisition. Offerors are to include a completed copy of provision 52.212-3.The FAR clauses at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, and at FAR 52.212-5, Contract Terms and Conditions Required to implement Statutes or Executive Orders-Commercial Items apply to this acquisition, Under FAR 52.212-5, paragraph (b) or (c). The following clauses are incorporated by reference: Far 52.222.26, Equal opportunity; FAR52.222-35, Affirmative Action for Sepcial Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act -- Price Adjustment. Only/written responses/proposals to this synopsis/solicitation shall be accepted and due on January 23, 1998, 2:00 P.M. local time. Please submit offers to the Pacific Contracting Center, ATTN: Faybein M. Moy, Tripler Army Medical Center, 160 Krukowski Road, Bldg 160, Honolulu, Hawaii 96859. Phone number (808) 433-4487 All responsible sources shall submit a fixed (0357)

Loren Data Corp. http://www.ld.com (SYN# 0060 19971229\Q-0004.SOL)


Q - Medical Services Index Page