Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 7,2000 PSA#2531

Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave, Bldg 7, Laughlin AFB, TX, 78843-5102

Q -- CONSULTING SERVICES BLDG 375 LAUGHLIN AFB TEXAS SOL F41685-00-Q0027 DUE 022400 POC Kathy Carson, Contract Specialist, Phone 830-298-4872, Fax 830-298-4878, Email kathy.carson@laughlin.af.mil -- Bruce Markman, Contracting Specialist, Phone 830-298-5768, Fax 830-298-4878, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F41685-00-Q00 27&LocID=508. E-MAIL: Kathy Carson, kathy.carson@laughlin.af.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will NOT be issued. Solicitation number F41685-00-Q0027 is issued as a request for quotation (RFQ). Submit written quotes (oral quotes/offers will not be considered) to FAX 830-298-4878. This acquisition is 100% set-aside for small business. Standard Industrial Classification Code is 8742; Size Standard for small business is $5 million. All offerors are requested to submit a quotation on this requirement to 47 Contracting Squadron 171 Alabama Avenue Laughlin AFB TX 78843-5102. On all quotes please provide your CAGE code number. This solicitation document and incorporated provisions and clauses are those in effect through Acquisition Circular 97-15. In accordance with FAR 52.252-1, the following solicitation provisions are incorporated by reference: FAR 52.212-1, Instructions to offerors, Commercial Items, FAR 52.212-2, Evaluation_Commercial Items, with the following amendments: The following factors shall be used to evaluate offers: Price and Past Performance. All offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications_Commercial Items, and DFARS 252.204-7004, Offeror Representation and Certifications-Commercial Items. The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions_Commercial Items, at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items, with the following blocks checked: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.233-3, Protest After Award (31 U.S.C. 3553); FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special 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 52.232-22, Electronic Funds Transfer-Central Contractor Registration; FAR 52.225-21, Buy American Act- North American Free Trade Agreement Implementation Act_Balance of Payments Program. The clause at DFARS 252.212-7001, Contract Terms and Conditions required to implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation, DFARS 252.225-7000, Buy American Act and Balance of Payment Program, DFARS 252.204-7004, Required Central Contractor Registration (CCR). The CCR can be obtain by calling 1-888-227-2423 or register online at http://www.ccr2000.com. Confirmation of CCR registration must be obtained before award can be made. Offers/bids are solicited only from those offerors/bidders that are neither debarred nor suspended, nor proposed for debarment or suspension. Quotes are required to be submitted not later than 3:00 P.M. (CST) 24 Feb 00. Point of contact for thissolicitation is Kathy Carson, Telephone no. (830) 298-4872. Anyone wishing to participate in this procurement must obtain their copy from the Internet. Copies will not be mailed out of this office. All amendments will be posted on the Internet. Contractors will be solely responsible for obtaining amendments from the Internet and updating their files. Telephone requests will not be honored. This solicitation will be available via the U.S. General Services Administration Electronic Posting System (EPS). Interested parties should subscribe to receive procurement announcements related to this solicitation by entering the EPS web site at http://www.eps.gov and go to the Acquisition Notification Service area to register. All provisions and clauses may be accessed electronically at http://farsite.hil.af.mil/. Offers may be sent by mail, fax, or electronically. All inquiries shall be by mail, fax or e-mail, no telephone inquiries will be accepted. Point of Contact Kathy Carson, kathy.carson@laughlin.af.mil. Contracting Officer: Sylvia Garza, sylvia.garza@laughlin.af.mil. Fax Number: (830)298-4878. Mailing Address: 171 Alabama Ave., Laughlin AFB, TX 78843-5102. Contractor shall furnish all, quality controls, services, and incidentals needed to perform consulting services for the upcoming JCAHO, (Joint Commission on Accreditation of Healthcare Organizations) for Laughlin AFB Texas, Building 375 (see attachment titled List of Requirements). This consulting service shall be done anytime between April through May 2000. Below is the list of requirements: 1. An educational update on the 2000 Ambulatory Care Standards and survey process 2. Review of the organization_s patient rights philosophy and organizational ethics: education of staff, informed consent, and conflict resolution 3. Evaluate patient assessment: physical and psychological status, nutritional, follow-up care, anesthesia assessment, operative and other procedures, pathology and clinical laboratory assessments, and reassessment 4. Review care decisions and structures supporting the assessment of patients functions: victims of abuse, prenatal assessment, and postpartum 5. Evaluate coordination of patient care: access, short-stay, consultations, follow-up, continuity, and resolution 6. Review individualization of care: anesthesia, medication use, dietary needs, and rehabilitation 7. Assess patient and family education 8. Evaluate improvement in patient health outcomes: plan, measure, assess and improve 9. Review the role of leadership within the organization: planning and design of services, directing services, integrating and coordinating services, and improving performance 10. Assess the safety management function, including safety documentation and safety education 11. Evaluate the management of human resources: planning, orientation, training, education, competence assessment, staff requests, credentialing, and privileging of licensed independent practitioners 12. Review information management: planning, patient-specific data and information, aggregate data and information, knowledge-based information, and comparative data 13. Assess the surveillance, prevention, and control of infection within the organization 14. Assistance from the lead consultant to develop an agenda customized to our facility and preconsultation review of key written plans and policies 15. Provide educational sessions for the medical and clinical support staffs, as well as education provided with each individual interview to familiarize staff with the Joint Commission standards and survey process 16. Conduct meetings with the leadership staff to assess the leadership functions 17. Provide a site visit to assess patient care activities 18. Review of medical record documentation with staff to identify areas for improvement 19. Conduct meetings with cross-functional teams to assess the improving organizational performance function 20. Conduct work sessions with individuals/multidisciplinary groups to evaluate patient care and organizational functions 21. Provide a report of the recommendations in all areas to assist staff with developing systems to effectively and efficiently comply with the Joint Commission standards Posted 02/03/00 (D-SN421628). (0034)

Loren Data Corp. http://www.ld.com (SYN# 0060 20000207\Q-0010.SOL)


Q - Medical Services Index Page