SOLICITATION NOTICE
Q -- FAMILY NURSE PRACTITIONER SERVICES
- Notice Date
- 9/16/2004
- Notice Type
- Solicitation Notice
- NAICS
- 621399
— Offices of All Other Miscellaneous Health Practitioners
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North PO Box 36600, Billings, MT, 59107
- ZIP Code
- 59107
- Solicitation Number
- RFQ-10-04-0045-BAC
- Response Due
- 10/1/2004
- Archive Date
- 10/16/2004
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13, FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), and FAR Subpart 37.104, Personal Services Contracts (Public Law 103-322, Department of the Interior and Related Agencies Appropriation Act, Title II, September 30, 1994, 108 Stat. 2530, as implemented by 25 U.S.C. 1638c). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a firm fixed-price performance based commercial item contract in response to Request for Quotation (RFQ) 10-04-045-BAC to acquire Family Nurse Practitioner Services. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. The associated North American Industry Classification System code is 621399 and the small business size standard is $6.0 million. PRICE SCHEDULE: Offers should be submitted for the BASE YEAR: 500 Hours @ $________ per hour = $__________; OPTION YEAR ONE: 500 Hours @ $________ per hour = $__________; OPTION YEAR TWO: 500 Hours @ $________ per hour = $__________; OPTION YEAR THREE: 500 Hours @ $________ per hour = $__________. The Contactor shall work between the hours of 8:00am and 8:00pm providing services at the Outpatient Walk-in Clinic and Urgent Care Clinic as needed. The proposal must be inclusive of transportation, food, and lodging. STATEMENT OF WORK: The purpose of this acquisition is to contract for Nurse Practitioner services for the Crow Service Unit, PHS Indian Hospital on the Crow Indian Reservation, Crow Agency, Montana. MAJOR DUTIES: The nurse practitioner shall perform consulting nurse practitioner services compatible with the Crow PHS Indian Hospital?s capacity and equipment. The practitioner shall provide care typically provided in a rural civilian practice of similar size. The standards of medical practice and duties of the contractor shall be determined pursuant to the Medical Staff By-laws and Rules and Regulations, applicable provisions of law, other rules and regulations of any and all governmental authorities relating to licensure and regulation of nurse practitioners and the standards and recommendations of the Joint Commission on Accreditation of Healthcare Organizations (JCAHO). All contract nurse practitioners shall be required to participate in a hospital based quality improvement program which is consistent with current JCAHO requirements for ongoing monitoring and evaluation of their quality and appropriateness of care. Medical services shall be performed by the contract nurse practitioner upon award of temporary privileges in accordance with Crow Service Unit and Billings Area IHS Credentialing Policies until professional staff membership and the Indian Health Service Governing Body has granted clinical privileges in writing. Temporary privileges are a prerequisite to performance, but ultimately, under the resultant contract, the Contractor Nurse practitioner performing the services must be privileged in accordance with the Indian Health Service policy. Therefore, compliance with the Indian Health Service privileging requirements is essential in the performance of the contract. Any failure to comply with IHS privileging requirements shall be considered Governing Body will not grant clinical privileges until it is determined that credentials information has been verified. Exceptions to the Indian Health Service credentialing review and clinical privilege process will not be considered. The contractor?s failure to submit a successful application shall not excuse nonperformance of contract requirements. Any contract nurse practitioner who fails to maintain medical staff appointment and clinical privileges will not be permitted to perform services under IHS personal services contract and shall be terminated. The contract nurse practitioner will examine and diagnose health related conditions of individuals presenting themselves for care; refer individuals for other consultation as appropriate, prescribe and carry out therapy in conformance with approved clinical privileges and Billings Area/IHS policy. The contract nurse practitioner shall generate and maintain proper medical record information on patients to whom treatment is provided in accordance with Indian Health Service regulations. The contractor shall prepare all medical record documentation to meet or exceed the established standards of the IHS facility to include but not be limited to: timeliness, legibility, accuracy, content and signature. All medical record information generated in the performance of the IHS contract will remain the property of and subject to the exclusive control of the Indian Health Service. The contractor shall become familiar with the Indian Health Service formulary. The contractor shall follow Indian Health Service procedures when prescribing drugs. Nurse practitioners authorized to prescribe pharmaceuticals shall do so according to the availability of drugs listed in the IHS formulary. IHS pharmacy services will provide instructions to all prescribing practitioners as to substitutions of generic drugs for prescribed drugs. The Service Unit pharmacy and therapeutics committee must approve drugs not on the formulary. The contractor shall comply with all IHS facility infection control and safety procedures, practices, and standards. The contractor shall meet all applicable Joint Commission on Accreditation of Healthcare Organizations standards during the performance of the IHS contract. The contract nurse practitioner shall respect and maintain the basic rights of patients, to include but not be limited to personal dignity. The contractor will have the authority to refer patients to other facilities when provision of care is beyond the capability of available medical staff. Routine referrals for contract services must have concurrence of an IHS nurse practitioner. The Chief Medical Officer will review all referrals for appropriateness. The contractor shall ensure appropriate documentation is completed and accompanies each patient transferred in accordance with COBRA/EMTALA regulations and Service Unit policies. The contract nurse practitioner must have a minimum of two years experience. The contract nurse practitioner shall meet the same privileging requirements as permanent IHS nurse practitioners before being allowed to provide medical services in an IHS facility. The contract nurse practitioner shall not have any work or health restrictions, which would interfere with the performance of their consulting services. The contract nurse practitioner shall speak, understand, read, and write English fluently and communicate with sufficient clarity to be understood by Indian Health Service personnel and patients. The contract nurse practitioner shall maintain standards of personal hygiene and grooming such that his/her image as a nurse practitioner is compatible with the exceptions of the Indian Health Service clinical staff and the Indian community. To assure that nurse practitioners providing services under all personal service contracts are properly licensed and that the IHS is aware of any disciplinary actions, which may have been taken against them, the Contractor shall: Verify through the Federation of State Medical Boards database all licenses, active, inactive, and lapsed that a nurse practitioner providing services under IHS contract may hold or have held; Inform IHS of the status of all licenses, including the reasons for inactive or lapsed licenses; Obtain at least three letters of reference from other health care providers familiar with the candidate?s clinical practice skills. One letter must be from the Chief of Staff at the hospital in which the nurse practitioner either holds or last held staff privileges; Provide all performance and disciplinary data that they may have on a temporary nurse practitioner to the IHS, and; Certify that a health care provider (e.g., nurse practitioner) in the candidate?s respective field reviewed all information obtained on the health care provider and found no reason to reject the candidate. This information shall be provided to the Crow PHS Indian Hospital Credentialing Coordinator of the receiving facility no fewer than 15 working days prior to the nurse practitioner?s projected date of arrival at the facility. In emergency situations, which should be a rare occurrence when providing consultant services, where there is no time available, a telephone call from the contract nurse practitioner?s permanent place of employment providing assurances of the above is acceptable. These instances must be well justified and kept at a minimum. PERFORMANCE-BASED CONTRACTING: Performance-based contracting methods are intended to ensure that required performance quality levels are achieved and that total payment is related to the degree that services performed meet contract standards. SERVICE DELIVERY SUMMARY: 1) Performance Requirement: A) Quality of Performance. B) Shift Coverage. C) Documentation of Medical Records. D) Customer Service. 2) Performance Standard: A) Provide Nurse Practitioner Services as specified in the Statement of Work. B) As specified in the Statement of Work. C) Complete Medical Records in accordance with JCAHO requirements and requirements required by the Crow Service Unit. D) 5 of more customer complaints. 3) Method of Surveillance: A) Peer Reviews (i.e., written evaluations and periodic conferences between the contractor, project officer, and Chief Medical Officer. B) Random Sampling by the project officer or his/her designee. C) Random Sampling by the project officer or his/her designee. D) Validated Complaints. 4) Deduction Schedule. A) 5% deduction from monthly invoice. B) 5% deduction from monthly invoice. C) 5% deduction from monthly invoice. D) 5% deduction from monthly invoice. SUPERVISION: Works under the supervision of the Chief Medical Officer. Work is planned and conducted according to need under the guidance of the Chief Medical Officer and is reviewed periodically for effectiveness and contribution to goals of the Outpatient Walk-in Clinic and Urgent Care Clinic Program?s. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes have been made annually. The Privacy Act of 1974 mandates that the Contractor maintain complete confidentiality of all administrative, medical and personnel records, and all other pertinent information that comes to his/her attention or knowledge. The Privacy Act carries both civil and criminal penalties for unlawful disclosure of records. Violation of such confidentiality shall be cause for adverse action. IHS shall provide training on the Freedom of Information Act and the Privacy Act. All IHS regulations and policies applicable to these Acts shall be enforced. The Contractor shall comply with IHS facility infection control and safety procedures, practices, and standards. During the performance of the contract, the Contractor shall provide for the consistent performance of patient care processes according to the standards of the Joint Commission on Accreditation of Health Care Organizations (JCAHO), who supply accreditation to the Crow Service Unit, PHS Indian Hospital. PERIOD OF PERFORMANCE: Base year with 3 option years. GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, SUPPLIES AND SERVICES: The Contractor will be authorized to use all areas of the facility made available to him/her. The Contractor must request clearance in order to access restricted areas of the facility, authorization must be granted and is to be used only for official business activities relating to job performance. The Contractor will be allowed to utilize copy machines, facsimile machines, libraries and telephone services and should only be utilized for official business activities relating to job performance. The Department will orientate the Contractor as to their specific duties and responsibilities. The Department will provide the Contractor with standard and specialized equipment and supplies needed for the performance and delivery of services including the use of a computer. The Department is responsible for getting the Contractor access and clearances to all pertinent ARMS; intranet; internet and computer services necessary to carry out his/her duties. The Department must provide the Contractor with direction and proper workloads, which are appropriate with the normal day-to-day operations in the Department. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The project officer shall be responsible for: (1) Monitoring the Contractors technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the Project Officer at the Crow Service Unit, PHS Indian Hospital, Crow Agency, Montana. The Contractor agrees to include the following information on each invoice: (1) Contractors name, address; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service including the number of hours worked; and (6) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where Federally funded children's services are provided. CHILD CARE NATIONAL AGENCY CHECK AND INVESTIGATION (CNACI): A CNACI must be completed for all Indian Health Service (IHS) contractor personnel within the Billings Area. Public Law (P.L.) 101-630, Indian Child Protection and Family Violence Prevention Act and P.L. 101-647, Crime Control Act of 1990, require the IHS to conduct a character and criminal history background investigation on all contractors performing services in IHS facilities. The character and background investigations will be conducted by the Billings Area IHS Personnel Office. SPECIAL CONTRACT REQUIREMENTS: Contractors cannot serve as expert witnesses in any suit against the Federal Government. Many of the IHS patients receiving services may only speak a native language and/or reside on a Native American Reservation, therefore, the Contractor must demonstrate sensitivity to cross-cultural and language differences. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION?COMMERCIAL ITEMS (JAN 2004): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers and are included in the relative order of importance: (1) The contractor must submit a current, unrestricted state license - 10 POINTS; (2) The contractor must submit a Resume or Curriculum Vitae - 10 POINTS; (3) Two letters of reference from current or past employers - 10 POINTS. Award will be made on the basis of price and other factors representing the best value to the government. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-7, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.245-1, 52.245-2, 352.202-1, 352-215-1, 352.215-70, 352.223-70, 352.224-70, 352.232-9, 352.270-2, 352.270-3, 352.270-4, 352.270-6, and 352.270-7. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.arnet.gov and http://www.hhs.gov/ogam/oam/procurement/hhsar.html. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with its offer. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 3:00 p.m., on October 1, 2004. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your companys name and address. Offers will also be accepted by e-mail at bclaymore@mail.ihs.gov or by fax at (406) 247-7108.
- Place of Performance
- Address: PHS INDIAN HOSPITAL - CROW SERVICE UNIT - CROW AGENCY, MONTANA
- Country: USA
- Country: USA
- Record
- SN00674787-W 20040918/040917083739 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |