Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 15,2000 PSA#2537

Department of Veterans Affairs, VA Medical Center, 2300 Ramsey Street, Fayetteville, NC 28301

Q -- LOCUM TENENS SERVICES SOL RFP 565-15-00 DUE 021800 POC Daphne Jackson, Contract Specialist, 910-822-7050 E-MAIL: e-mail, daphne.jackson@med.va.gov. 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; Proposals are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Proposal (RFP). The solicitation number is RFP #565-15-00. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14. The SIC code is 7363 and the small business size standard is $5.0M The VA Medical Center, Fayetteville, N.C. intends to solicit proposals and award a firm fixed price contract on a competitive basis under the authority of Title 38 USC Section 8153, to the offeror(s) whose quotation meets the requirements of this solicitation. The VA reserves the right to award more than one firm fixed price contract if it is determined to most advantageous to the government. Period of contract will be established as the date of award for a period up to 120 days. Proposals are due by Noon, February 18, 2000, local time. The VA Medical Center Fayetteville, NC has an urgent need for the following locum tenens medical services: (2) each board certified hospitalists; (2) each certified MSN prepared adult nurse practitioner and/or physician assistant for period up to 120 days. Services will be provided for approximately 30 patients daily. Services will be provided on site at the VAMC, Fayetteville, NC. Credentials of personnel performing these services must be approved by the Professional Standards Board at the Fayetteville VAMC before commencing work. Providers must be licensed in a State, Territory or Commonwealth of the United States or District of Columbia. Services will be performed from 8:00 am to 4:30 pm, Monday through Friday, excluding federal holidays. No payment will be made for scheduled half-hour break. No on call, weekend coverage or after hour services will be performed unless specifically stated in the awarded contract. Requests for these services must be approved by the Contracting Officer and a contract modification issued prior to performing work. Any work performed without Contracting Officer approval may not be reimbursable. Contractor shall be responsible for protecting their personnel furnishing services under this contract to include worker's compensation, professional liability insurance; health examinations; income tax withholding and social security payments. Personnel shall not be considered VA employees for any purpose and shall be considered employees of the contractor. REQUIREMENT 1: Contract hospitalists will be required to provide acute care/observation bed care to all medical acute care admissions, including ICU. They will be responsible for complete assessments; diagnosis; daily provisions of care and documentation; discharge planning; patient and family education; communication arrangements for follow-up care; completion of in-patient medical records; obtaining autopsy permission; obtaining informed consent for medical procedures and processes or procedures relevant to an in-patients care from admission to discharge. Each contract hospitalist will be assisted by a mid-level practitioner. Contract hospitalist will be expected to cross over with Geriatrician Internist. REQUIREMENT 2: Contract adult nurse practitioner and/or physician assistant will be required to assist hospitalist by doing history and physical examinations and discharge summaries on admissions and discharges. They will assist physicians in daily inpatient care including patient education, family conferences, facilitation and follow up of orders, labs, imaging studies, discharge planning and communication of care to the primary care physician. All locum tenens providers will be expected to prescribe medications for patients according to the established drug formulary at the Fayetteville VAMC. Variance from the formulary should occur only when clinically indicated and in compliance with procedures established. Contract providers will be required to enter reports for incorporation into the patient's record in accordance with VHA, medical center policies and JCAHO requirements for documentation. Proposals must include the following for each candidate submitted: 1) hourly rate; 2) CV;s 3) copies of current licenses The following provisions apply to this solicitation: 52.212-1, Instructions to Offerors-Commercial, 52.212-4, Contract Terms and Conditions-Commercial and addendum 52.237-3 Continuity of Services, 52.237-7 Indemnification and Medical Liability Insurance, 52.216-18, Ordering, 52.216-21, Requirements, 52.217-5, Evaluation of Options, 52.217-8, Option to Extend Services, 52.217-9, Option to Extend the Term of the Contract, 52.224-1, Privacy Act Notification, 852.270-4 Commercial Advertising, 852.271-70, Services Provided Beneficiaries, 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial, including clauses incorporated by reference under Section b (1)(8)(11-16)(23-24); 52.212-2 Evaluation-Commercial Items the following factors shall be used to evaluate offers: 1) qualifications/experience of personnel; 2) availability; 3) past performance of contracts of similar type, scope size and complexity that are ongoing or completed within past three years, references with points of contacts for contracts must be identified; 4) price. Technical and past performance, when combined, are approximately equal to cost or price. Award will be made to the offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The government intends to evaluate offers and award without discussions. However, the government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The information required in provisions 52.212-1, 52.212-2, a completed copy of provisions 52.212-3, Offeror Representations and Certifications-Commercial Items, and 852.219-70, Veteran Owned Small Business certification must be submitted with offer. Proposals must be received by Noon, February 18, 2000 local time. Proposals shall be submitted to the address listed herein or faxed to 910-822-7900 and directed to the attention of Daphne Jackson. Offerors desiring to obtain copies of the referenced provisions shall send facsimile request to (910) 822-7900. Solicitation Number RFQ 565-15-00 shall be listed on the outside of responses for identification purposes. Posted 02/11/00 (W-SN424584). (0042)

Loren Data Corp. http://www.ld.com (SYN# 0061 20000215\Q-0002.SOL)


Q - Medical Services Index Page