Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 22, 2001 PSA #2920
SOLICITATIONS

Q -- NURSE PRACTIONER

Notice Date
August 20, 2001
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665
ZIP Code
23665
Solicitation Number
F44600-01-T0039
Response Due
September 7, 2001
Point of Contact
Patricia Waling, Contract Administrator, Phone (757) 764-7380, Fax (757) 764-7447, Email patricia.waling@langley.af.mil -- James Chapman, Contracting Officer -- Team Leader, Phone 757-764-5520, Fax 757-764-7447, Email james.chapman@langley.af.mil
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Subpart FAR 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. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. (ii) Solicitation F44600-01-T-0029 is issued as a Request for Quote. (iii) The solicitation is being conducted under Simplified Acquisition Procedures, FAR Part 12. This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular 97-27 & Class Deviation 2001-o0002. (iv) The North American Industry Classification System is 621399 with a size standard, averaged over a one-year period of $5,000,000. This solicitation is set aside for small business. (v) There are three contract line items for this solicitation. The first contract line item is for a cost per month for 12 months for nurse practitioner services. The cost is to include all contractor-related costs to include all personnel, equipment, tools, materials, supervision, and other items and services necessary to provide one Woman's Health (Adult/Family/Obstetrician/Gynecologist) Practitioner services. This is for the base contract period of 1 Oct 01 through 30 Sep 02. The second and third contract line items are identical except they are for the first option year (1 Oct 02-30 Sep 03) and the second option year (1 Oct 03-30 Sep 04). (vi) SCOPE OF WORK. The contractor shall provide one Woman's Health (Adult/Family/Obstetrician/Gynecologist) Practitioner services in the Prime Eagle North Clinic. The Nurse Practitioner services specified in this statement of work (SOW) shall be performed IAW established principles and ethics of the profession. The quality of health care provided will meet or exceed the current recognized standards established by the American Nurses Association (ANA), the National Association of American College of Obstetrics and Gynecology (NAACOG), the Joint Commission and Accreditation of Healthcare Organizations (JACHO), the American Hospital Association (AHA), the Department of Defense (DOD), the Air Force Medical Service, and those other associations or individuals (e.g. Chief, Woman Health Clinic), which specify standards of performance for the nurse practitioner. In all cases, the dignity of the patient will be given high regard, and the precepts of the American Hospital Association's "Bill of Rights for Patients", and the Women's Health Bill of Rights will be observed. PERSONNEL REQUIREMENTS. POINT OF CONTACT (POC). The contractor shall provide a POC who shall be responsible for the performance of the work. The POC shall have full authority to act for the contractor on all matters relating to the daily operation of this contract. The POC may be a contractor personnel providing care IAW this SOW. The contractor shall designate this individual, in writing, before the contract start date. An alternate may be designated, but the contractor shall identify those times when the alternate shall be the primary POC. AVAILABILITY. The contractor shall provide a POC who shall be available via telephone 7:00 AM to 5:00 PM, Monday through Friday. PERSONNEL REQUIREMENTS. All contractor nurse practitioners shall have sufficient experience to perform the specified tasks and procedures. All contractor employees shall have current certification in cardiopulmonary resuscitation (CPR) and basic cardiac life support (BCLS). The contractor will be responsible for obtaining and maintaining the necessary re-certification. Each contractor employee shall: Possess a valid unrestricted license to practice in the State of Virginia. Be a graduate of an approved school of nursing and hold current registration as a registered nurse. Be a graduate of an approved Woman's Health (Adult/Family/OB/GYN) practitioner program. Possess evidence of continuing nursing education, which maintains skills and knowledge in the nursing specialty. Continuing medical education hours must be in compliance with State licensure and facility requirements. Be able to read, understand, speak, and write English. Have at least one year of experience within the past five years routinely practicing as an OB/GYN Nurse Practitioner. Bachelor of Science in Nursing preferred. Form 2820, Credential Privilege List -- Obstetrics/Gynecology. (Initial the privileges being requested. On the second page, complete "Practitioner's Education/Training Update" and sign). Proof of U.S. citizenship (certified copy of birth certificate or naturalization papers) or a valid U.S. Immigration form 1-151 and Alien Registration Card ("green card") for each nurse practitioner. No alien shall be allowed to perform under this contract in violation of the Immigration Laws of the U.S.C. Addendum to AF Form 1540. Copy of Basic Cardiac Life Support (BCLS) Certification Card. Applications for clinical privileges for replacement contractor personnel shall be submitted to the MTF Credentials Committee through the QAP where services are to be provided not later than 30 calendar days prior to the person assuming duty. The credentials requirements are the same as those identified for the primary contractor employee. The contractor must submit only complete credentials applications for processing. Incomplete applications (those that do not fully comply with the requirements) will not be accepted by the Government and will be returned without action. Applications for clinical privileges for replacement contract providers shall be submitted to the MTF Credentials Committee through the QAP not later than 30 days prior to the provider beginning duty. The application must include all the documents referenced above to include a copy of licensure, copy of diploma, references, etc. A reasonable effort must be made to verify with the primary issuing authority all documents noted above with the word "VERIFIED." Documents can be verified by one of the following means: Written confirmation from the issuing authority, the original of which will be sent with the copy of the item being verified. In the case of qualifying degrees, certified copies of the final college transcripts are acceptable if the type of degree and the date it was conferred are included on the transcript. Telephonic confirmation from the issuing authority. This confirmation must be annotated either on the copy of the document being verified or on a separate listing documents verified. The note should indicate the date, agency contacted for the verification, telephone number of the agency contacted, name of the individual at the agency who verified the information, and the signature and title of the person who completed the verification. The contractor will submit applications for only those personnel who can reasonably be anticipated to render the actual, substantial performance on the contract. The submission of primary personnel for credentialing who lack the requisite qualifications, or who will not work at all, is unacceptable and will be considered a failure to perform. REVIEW OF CREDENTIALS PACKAGES. The Government reserves the number of credentialing packages it will evaluate to five in a one year period. DENIAL/TERMINATION OF PRIVILEGES. Actions to limit, suspend, or revoke clinical privileges shall be IAW the procedures outlined in AFI 44-119. The contractor shall be notified, as soon as possible, when the necessity to exercise such authority becomes apparent. The CO will also provide the contractor with copies of documentation initiating the revocation process. CONFLICT OF INTEREST. The contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. The contractor shall not employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives approval IAW DoD Directive 5500.7 and Air Force policy. HOURS OF PERFORMANCE. Contractor shall provide services Monday through Friday, 8:00 AM through 4:30 PM, excluding federal holidays. In event driven situations, the Government will notify the contractor of any unscheduled clinic closures as soon as information is known. Each day that services are performed, contractor shall be required to sign-in his/her time of arrival and departure on a log sheet to be maintained in the Women's Health Clinic. INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE. The contractor shall provide and maintain adequate liability insurance coverage consistent with the risks associated with the performance of all services required by this SOW. Required insurance coverage amounts are specified in the contract. CONTINUING MEDICAL EDUCATION (CME) REQUIREMENTS. Contractor employees registered or certified by national/medical associations shall continue to meet the minimum standards for CME to remain current as prescribed in AFI 41-117. CME shall be obtained at no additional cost to the Government and shall be reported to the QAP annually on the first normal duty day in January for the previous calendar year. Periodic CME may be conducted at the MTF and will be available, at no cost, to any contractor employee desiring to attend. ITEMS AND SERVICES PROVIDED BY THE GOVERNMENT. The government will provide the following equipment, supplies, and services listed below: EQUIPMENT. Patient Care Equipment. The government will provide the contracted personnel all required patient care equipment for performing services required by this contract. Personal Protective Equipment (PPE). The Government will furnish contractor with appropriate PPE. The Government will be responsible for any repair, cleaning and inventory required for the PPE. This does not include any type of uniform, laboratory coat, or shoes. All nurse practitioners shall have a self-inking professional identification stamp with their name, title and social security number. Dining Facilities. Contract employees shall have use of the dining facility and will pay established and published prices for each meal. Other available dining facilities include a snack bar with vending machines located in the hospital. ITEMS AND SERVICES PROVIDED BY THE CONTRACTOR. GENERAL. Except for those items or services specifically stated to be Government furnished, the contractor shall furnish everything required to perform this contract IAW all of its terms. UNIFORMS. Contract shall present a neat appearance and be easily recognized as contractor employees. The wearing of jewelry will comply with the standards as described in AFI 36-2903. IDENTIFICATION BADGE. All contract personnel shall wear a contractor provided name tag with the company's name or phrase "CONTRACT NURSE PRACTITIONER", individual's name and specialty displayed. MAJOR DUTIES. PROCEDURE GUIDANCE. The contractor shall perform procedures compatible with the medical facility's operating capacity and equipment. New medical procedures/services shall not be introduced without prior recommendation to, and approval of, the MTF Commander or authorized representative. The nurse practitioners will perform within the scope of clinical privileges granted by the MTF. Workload includes either scheduled or emergency requirements for care according to clinic standards. Routine workload is scheduled by the MTF. The nurse practitioner is responsible for the development of comprehensive treatment plans IAW protocols mutually established by the nurse practitioner and physician preceptor. The nurse practitioner is also responsible for delivery of treatment within the personnel and equipment capabilities of the MTF, provision of mandated nursing surveillance and preventive services and the quality and timeliness of treatment records and reports required to document procedures performed and care provided. Patients requiring further consultation will be referred to appropriate health care providers. The nurse practitioner performs limited administrative duties which may include maintaining statistical records of his/her clinical workload, participating in nursing education programs and participating in clinical staff quality assurance functions as prescribed by the MTF CO or the designated command representative. The scope of practice of the nurse practitioner is defined to encompass nursing functions for which he/she bears responsibility, and medically delegated functions of the Women?s Health Clinic performed under the overall direction of the Chief, Women?s Health Clinic or his/her designees and in compliance with delineated privileges. The elements of the nurse practitioner service can be viewed as having both a nursing and a delegated medical component. The nurse practitioner is prepared to perform both types of functions and to recognize those situations where care requirements are beyond his/her individual competence. In those cases, he/she will seek consultation and/or referral. The nurse practitioner shall practice IAW the individual guidelines developed in collaboration with the appropriate health care providers and nurse midwives and approved within the facility. These guidelines shall include but not be limited to the extent of services and responsibilities of the nurse practitioner and any required professional oversight and guidance by the Chief, Women?s Health Clinic, or authorized representative. Management, medical staff and nursing staff are encouraged to participate in adapting the guidelines of nurse practitioner practice to meet the needs of 1st Medical Group. Nurse practitioner productivity is expected to be compared to that of other providers assigned to the same MTF who are authorized the same scope of practice. The nurse practitioner will perform procedures as delineated through credentials function committee channels. Clinical Privileges. Clinical privileges are permitted based on the practitioner?s education, professional license as appropriate, experience, current competence, ability, judgment, and health status. The nurse practitioner will perform the following procedures that include but are not limited to: Gynecological evaluation and treatment, to include a history, physical, and examination, ordering and interpretation of ancillary laboratory and x-ray tests, and performance of diagnostic procedures. (vii) The above service is to be performed at Prime Eagle North Clinic, 2 Bernardine Drive, 3rd Floor, Newport News VA 23602. (viii). The provision at FAR 52.212-1, Instructions to Offerors- Commercial, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation ? Commercial Items, applies to this acquisition. Evaluation will be based on price only. (x) Offerors are reminded to include a completed copy of the provision at FAR 52.212-3, Deviation Offeror Representations and Certifications Commercial Items (OCT 99) and DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items (NOV 95) with its offer. (xi) Clause FAR 52.212-4, Contract Terms and Conditions- Commercial Items, is hereby incorporated by reference, without any addenda. (xii) Clause FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items is hereby incorporated with an ?X? placed in front of the following clauses: (11) FAR 52.222-21, Prohibition of Segregated Facilities; (12) FAR 52.222-26, Equal Opportunity (E.O. 11246); (13) FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (14) FAR 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (15) FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (16) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); (21) FAR 52.225-13 Restrictions on Certain Foreign Purchases; and (25) FAR 52.232-33 Payment by Electronics Funds Transfer- Central Contractor Registration. DFARS 252.212-7001 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is hereby incorporated with an ?X? placed in front of the following clause: DFARS 252.247-7024, Notification of Transportation of Supplies by Sea (10 U.S.C. 2631). DFARS 252.204-7004 Required Central Contractor Registration, is hereby incorporated by reference. (xiii) This purchase order will be awarded for a basic one year period with two one-year option periods. These clauses will be incorporated: FAR 52.217-8, Option to Extend Services with blank filled in with ?15 days?; FAR 52.217-9 Option to Extend the Term of the Contract with the blanks filled in as (a) 30 days and 60 days and (c) not to exceed 42 months. (xiv) N/A (xv) N/A (xvi) Offers may be faxed to 1 CONS/LGCB at (757) 764-7447, or mailed to 1 CONS/LGCB, 74 Nealy Ave., Langley AFB. All offers are due by 3:00 P.M. EDT, 15 Aug 2001. (xvii) For further information regarding this solicitation, contact Pat Waling, Contract Specialist at telephone (757) 764-7380. Collect calls will not be accepted. Any questions may be e-mailed to patricia.waling@langley.af.mil.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/ACC/1CONS/F44600-01-T0039/listing.html)
Record
Loren Data Corp. 20010822/QSOL004.HTM (D-232 SN50V4H2)

Q - Medical Services Index  |  Issue Index |
Created on August 20, 2001 by Loren Data Corp. -- info@ld.com