Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 27, 2001 PSA #2796
SOLICITATIONS

Q -- CERTIFIED REGISTERED NURSE ANESTHETIST (CRNA) SERVICES

Notice Date
February 23, 2001
Contracting Office
Department of Veterans Affairs, Network Business Center, 5901 East Seventh Street, Bldg 149, Long Beach, CA 90822
ZIP Code
90822
Solicitation Number
RFQ 600-062-01
Response Due
March 12, 2001
Point of Contact
Ronald Ferrer, (562)961-8062
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Request For Quotes and a written RFQ will not be issued. This RFQ No. 600-062-01 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-22. Procurement for these commercial services is being conducted according to FAR Parts 12 and 15 and the Subpart 13.5 test program. Simplified acquisition procedures apply. Healthcare resources are required in accordance with Public Law 104-262 and 38 U.S. C. 8153. The Government desires to enter into a contract to provide up to 3.0 Full-Time Equivalent (FTE) Certified Registered Nurse Anesthetists (CRNA) for the VA West Los Angeles Healthcare Center located at 11301 Wilshire Blvd., Los Angeles, CA 90073. The period of coverage is for a period of three months, from April 1, 2001 to June 30, 2001. Normal work hours are from 7:00 am to 3:30 pm, Monday through Friday, excluding national holidays. The CRNA's will be required to augment current VA staffing in the Anesthesiology Department. COST PROPOSAL: Contractor shall quote an all-inclusive hourly rate, to include all incidental costs including housing, transportation, premium payments for applicable insurance coverage. The estimated number of hours for each FTE is 520 hours for the period of 3 months. QUALIFICATIONS: Personnel assigned by the Contractor to perform services shall: 1) have an unrestricted CRNA license in a State, Territory, or Commonwealth of the U.S. or District of Columbia; 2) possess current Advanced Cardiopulmonary Life Support (ACLS) certification; and have at least 2 years of experience working as a CRNA. PRINCIPAL DUTIES AND RESPONSIBILITIES: The CRNA will be responsible to the Chief of Anesthesia and/or Chief of Surgery who assigns duties of CRNA. The CRNA should have demonstrated clinical training and competence to complete the duties as listed: 1) administer IV, inhalational and regional anesthesia to patients undergoing general orthopedic, urological and oral surgery; 2) Monitor anesthesia care as needed for patients undergoing procedures listed above, as well as those scheduled for endoscopy, pacemaker insertion, cardioversion and other diagnostic and therapeutic procedures; 3) management of cardiac and respiratory resuscitation; 4) screening, evaluation and documentation of any psychosocial and physical condition that could influence the management of anesthesia; 5) assemble and inspect necessary equipment gas sources, drugs and supplies needed; 6) utilize standards for basic intra operative monitoring; 7)follow Category I risk classification for blood borne pathogen exposure; and 8) utilize measures to protect self and patient during periods when radiation is in use and during laser activity. KNOWLEDGE, SKILLS AND ABILITIES: 1) professional working knowledge of anesthesia nursing practices; 2) knowledge of the pharmacological effects of anesthetic drugs; 3) ability to administer inhalation, regional intravenous, local and topical anesthetics and to detect unfavorable reactions; 4) ability to administer new agents and drugs and to predict the action and manage any adverse side effects that might occur; 5) skill in preparation of reports regarding the use and effects of new drugs and agents; 6) skill in the conduct and management of anesthesia for a broad range of complex surgical procedures; 7) knowledge of anesthesia procedures, methods and equipment; 8) ability to read, understand, speak and write the English language fluently; and 9) be computer literate in programs such as word processing, spreadsheet and presentation software. Clinical providers of care will be required to have basic typing and PC computer skills. Documentation and ordering of patient care will be done electronically on the VISTA computer system. As a part of the orientation process, contract personnel will be required to request and obtain an access code to the VISTA computer system. At that time, Contract personnel will have access to training. OTHER TERMS AND CONDITIONS: 1) Identification: An ID badge will be issued by the VA and shall be worn by Contractor at all times while on VA grounds, clearly displayed on the outermost garment; 2) Personal Hygiene and Clothing: Contractor shall be neat, clean, well groomed and shall otherwise exercise good personal hygiene; 3) Smoking Policy: Smoking is not permitted within or around the VA, except in designated areas; 4) Invoice: The Contractor shall submit invoice and any additional details necessary to identify services rendered, in arrears, addressed to: VA Finance Center, P.O. Box 149971, Austin, TX 78714; 5) Contractor Personnel Policy: The Contractor shall be entirely responsible for providing appropriate benefits, vacation time, sick day and federal and state requirements for all personnel performing under this contract such as, but not limited to, professional liability insurance, workers' compensation, income tax withholding, social security payment, health examinations, availability of health insurance and payment of overtime; 6) The Government reserves the right to refuse acceptance of Contract personnel whose personal or professional conduct jeopardizes patient care or interferes with the regular and ordinary operation of the facility. Complaints concerning contract personnel's conduct with Govt. employees or patients will be dealt with by the Contracting Officer. In the event that contract personnel are involved and named in a validated complaint, the Govt. reserves the right to refuse acceptance of the services of such personnel; 7) the Government reserves the right to evaluate the quality of performance and administrative services provided by the Contractor, but retains no control over the medical, profesional aspects of services rendered (e.g., professional judgments, diagnosis for specific medical treatment); 8) the VA has established and will maintain a record keeping system for verification of actual hours worked. Contractor employees will be required to sign the record, which will be used to audit/match Contractor's invoices. Records such as time and attendance logs, treatment room records and/or meeting minutes shall be used to verify performance; 9) A minimum fee of $2,500 will be assessed against any outstanding invoice or collected from the Contractor when Contractor or subcontract personnel trip a fire alarm due to negligence, fault, or failure to properly coordinate and request a system shutdown. EVALUATIONS: FAR 52.212-2, Evaluation-Commercial Items (Jan 1999): Offerors responding to this announcement shall submit a cost proposal and a technical proposal. Evaluation Factors are as follow: 1) Technical Ability -- For each candidate, Offeror shall submit current resume, evidence of current CRNA licensure and privileges, two letters of reference addressing the clinical competence of CRNA, ACLS certificate, and declaration of health status including PPD skin test result and MMR/Rubella Titer within the last year. In addition, Offeror shall provide a copy of insurance certificate, evidencing worker's compensation, medical liability and professional liability (at least $1 million per occurrence); 2) Past Performance -- Offeror shall identify at least three current or recently completed contracts that are similar in volume, complexity and dollar value to the requirements sought. Provide the following information: company name and address, point of contact, phone/fax numbers, contract number and amount, performance period (beginning and ending dates) and number of CRNA provided; and 3) Cost/Price. Evaluation factors are listed in descending order of importance. The Technical and Past Performance factors, when combined, are significantly more important than Cost/Price. Contractor shall submit a completed copy of representations and certifications at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (Jan 2001). The full text of clauses identified herein may be accessed electronically at these addresses: http://www.arnet.gov/far and http://www.va.gov/oa&mm/vaar. The following Federal Acquisition Regulations (FAR) clauses and provisions also apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial (Oct 2000); 52.212-4, Contract Terms and Conditions-Commercial Items (May 1999); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2001); 52.216-21 Requirements (Oct 1995);52.217-8, Option to Extend Services (Nov 1999); 52.217-9, Option to Extend the Term of the Contract (Mar 2000); 52-219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999); 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 1999); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Feb 1999); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Jan 1999); 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984); 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration (May 1999); 52.222-41, Service Contract Act of 1965 (May 1998); and 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989). In addition, incorporated herein by reference are the following VA Acquisition Regulation (VAAR) clauses and provisions: 852.216-70, Estimated quantities for requirements contracts (Apr 1984); 852.237-7, Indemnification and Medical Liability Insurance (Oct 1996); 852.237-70, Contractor Responsibilities (Apr 1984); 852.270-1, Representatives of Contracting Officers (Apr 1984); and 852.270-4, Commercial Advertising (Nov 1984). All interested vendors are invited to submit quotes (NAICS 561320, $10m). Quotes shall be submitted no later than 4:00 p.m., local time, March 12, 2001, to the Department of Veterans Affairs, Network Business Center, Attn: Ronald Ferrer (NBC/SP), 5901 E. 7th Street, Long Beach, CA 90822. Facsimile offers are accepted at (562)961-8067. FAR Provision 52.215-5, Facsimile Proposals (Oct 1997), is hereby included. Contact Ronald Ferrer at (562)961-8062 for information regarding this notice.
Record
Loren Data Corp. 20010227/QSOL006.HTM (W-054 SN50E546)

Q - Medical Services Index  |  Issue Index |
Created on February 23, 2001 by Loren Data Corp. -- info@ld.com