SOLICITATION NOTICE
Q -- MATERNAL CHILD HEALTH CASE MANAGER/PUBLIC HEALTH NURSE - FAR Provision 52.212-3
- Notice Date
- 3/13/2009
- Notice Type
- Combined Synopsis/Solicitation
- 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, Montana, 59107
- ZIP Code
- 59107
- Solicitation Number
- RFQ-10-09-027-REL
- Archive Date
- 4/11/2009
- Point of Contact
- Rita E Langager,, Phone: 406.247.7293
- E-Mail Address
-
rita.langager@ihs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications - Commercial Items (FEB 2009) that must be completed and submitted with the offer. 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 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), FAR 37.4, N onpersonal Health Care Services Contract (10 U.S.C. 2304 and 41 U.S.C. 253), and FAR Subpart 37.6, Performance-Based Acquisition. 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 fixed-price commercial item contract in response to Request for Quotation (RFQ)-10-09-027-REL. This solicitation is restricted to 100% Small Business concerns. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. The associated North American Industry Classification System code is 621399 and the small business size standard is $7.0 million. PRICE SCHEDULE - MATERNAL CHILD HEALTH CASE MANAGER/PUBLIC HEALTH NURSE: Potential offerors shall propose an all inclusive hourly rate for BASE YEAR: 1224 hours @ $______________ per hour = $________________; OPTION YEAR ONE: 2080 hours @ $______________ per hour = $________________; OPTION YEAR TWO: 2080 hours @ $______________ per hour = $________________ OPTION YEAR THREE: 2080 hours @ $______________ per hour = $________________; GRAND TOTAL: $____________________. PURPOSE OF THE CONTRACT: The purpose of this acquisition is to contract for a Maternal Child Health Case Manager/Public Health Nurse for the Wind River Service Unit, PHS Indian Health Centers at Arapahoe and Fort Washakie, Wyoming. WORK SCHEDULE: Full-time, Monday through Friday from 8:00 a.m. to 4:45 p.m. The procurement is a nonpersonal health care service contract, as defined in FAR 37.101, under which the Contractor is an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over the medical and professional aspects of services rendered (e.g., professional judgments, diagnosis for specific medical treatment). The Contractor shall indemnify the Government for any liability producing acts or omissions by the Contractor, its employees and agents occurring during contract performance. STATEMENT OF WORK: The Contractor shall implement a Case Management Model program to address the High Risk Maternal Child Health population of the Wind River Service Unit. The Contractor shall be responsible for prenatal education, clinical tracking of all obstetrical patients, family planning, education and post partum follow up to ensure quality care and positive outcomes. The Contractor shall perform duties of a Public Health Nurse through home visits to individuals and families. ESSENTIAL DUTIES AND RESPONSIBILITIES: (1) Conduct community assessments to determine challenges for the Maternal Child Health population. (2) Conduct an analysis of the data collected in the assessment and throughout the program ensuring data collection inputs to support tracking. (3) Identify and plan activities (including case management and patient satisfaction surveys) that address gaps and challenges identified in assessment. (4) Direct, manage and provide patient and family focused care in accordance with the Wind River Service Unit Public Health Nursing mission, philosophy, policies and procedures while applying standards of professional nursing practice. (5) Provides prenatal education, clinical tracking of all obstetrical patients, family planning, education and post partum follow up to ensure quality of care and positive outcomes. (6) Provides education to individuals, families and groups promoting positive healthy lifestyle concepts and using or developing culturally appropriate material. (7) Visits individuals and families in their homes to assess their health needs and develops a plan of action to meet those needs. (8) Works in coordination with the Wind River Service Unit medical staff and contract Obstetrical providers to provide skilled nursing services to individuals and families. (9) Provides care to individuals, families and communities in a manner respectful to their culture, religion and language. (10) Collaborates, refers, and coordinates with other Wind River Service Unit departments, maternal child health agencies and organizations to provide comprehensive patient care and follow up services. (11) Properly documents all services abiding by the policies and procedures of the Wind River Service Unit. (12) Submits written reports and documentation of services to requested funding sources through the Director of Community Health Services. EDUCATION AND/OR EXPERIENCE: Minimum of a nursing degree from an accredited nursing program with a Registered Nursing License. Bachelor or Master level nursing program with an emphasis on Maternal Child Health or Public Health preferred. Experience in hospital obstetrical or maternal child health nursing, 1-3 years in public health or case management preferred. QUALIFICATIONS: To perform this job successfully, an individual must be able to perform each essential duty satisfactorily. The requirements listed below are representative of the knowledge, skills, and/or ability required. KNOWLEDGE REQUIRED BY THE POSITION: Knowledge of professional nursing principles, practices and procedures with training and experience in community health having provided services to individuals, families and communities. Knowledge of current research methods in order to conduct epidemiological surveys, research studies and community assessments. Knowledge of comprehensive health programs and the full range of professional public health nursing principles, practices and procedures in order to provide services in clinic, home, school and community environments. Knowledge of the customs of the ethnic group within the area and the ability to generate an appreciation of cultural differences. Skill in making physical and psychosocial assessments of individuals, families, and communities recognizing the range of "normal" and the manifestations of common abnormalities. Ability to plan and implement therapeutic nursing care based on assessment. Knowledge of drugs and biologicals and the desired effect in treatment of disease as well as untoward and undesired side effects. Knowledge of and ability to provide counseling in preventive care to healthy individuals by guidance in nutrition, common illnesses, child growth and development patterns. Knowledge of availability and use of community resources. Knowledge of quality assurance and evaluation process. Knowledge of statistical interpretation. SUPERVISORY CONTROLS: The Contractor receives direction from the Director of Community Health in the form of general assignments related to ongoing and long term objectives of the Community Health Program. The Contractor exercises initiative and independent judgment in performing the assignments and related problem solving. Assignments evolve from the flow of work and the nurse provides care without detailed instructions. Visits to homes and schools are made according to schedules, but the nurse independently determines the times for assessing, counseling, teaching and treating, and adjusts schedules according to community, individuals or family needs. GUIDELINES: Work is performed within established plans, policies and objectives of the Agency. Initiative and judgment are required to develop new programs, to establish program priorities, and to adapt care to specific situations. Work is reviewed for effective delivery of health services and nursing care by the Community Health Director. COMPLEXITY: The work covers a range of nursing services from assessment through counseling, teaching and follow-up. The work involves helping to determine the health and nursing services needed in a community and assisting the community in planning, developing and evaluating their local health delivery system. Judgment is required to determine appropriateness and need of existing program, to cancel ineffective programs, and to adapt new programs to established cultural beliefs and limited socio-economic conditions. SCOPE AND EFFECT: The purpose of the work is to plan, case manage, and deliver health and nursing care to individuals, families and community; to evaluate the effectiveness of the program; and to appraise the quality of the nursing services delivered. Work has an impact on the health of individuals, families and communities. PERSONAL CONTACTS: Primary contacts are with individual patients and their families in the home and clinic setting and with the Indian population in group and community setting. Intra-service unit contacts are with the nursing and medical staff, social worker, mental health staff, health educator, and nutritionist and public health nurses. Other contacts include hospital discharge planners, obstetrical providers, tribal, county, state, federal and private organizations related to health services. PURPOSE OF CONTACTS: Patient contacts (individual and group) are to assess, treat, educate and motivate people to develop and maintain good health practices. Contacts with service unit personnel and outside health agencies are to provide and exchange information regarding patients in order to better deliver, plan, coordinate and evaluate health services. Contacts with tribal health employees is to provide training and instruction and to coordinate joint delivery of health services. PHYSICAL DEMANDS: The work requires extensive driving between communities and involves standing, bending, and walking within schools, clinics and homes. P ERIOD OF PERFORMANCE: Date of Award through September 30, 2009, with three 12-month options. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all necessary equipment and supplies. The Wind River Service Unit will be responsible for getting the Contractor access and clearance to all pertinent computer services necessary to carry out his/her duties. PERFORMANCE-BASED SERVICE DELIVERY SUMMARY: The Case Manager's performance will be measured based on the following Performance Requirements: (1) Quality of Performance; (2) Timeliness of Assignments; and (3) Customer Service. The Performance Requirements will be measured against the following Government Performance Standards: (1) Provide Maternal Child Health Case Manager Services as specified in the Performance Work Statement; (2) Assignments must be completed by established deadlines; and (3) 5 or more customer complaints. The Method of Government Surveillance to determine compliance with the Performance Requirements are as follows: (1) Random sampling by project officer or her designee; (2) Random sampling by project officer or her designee; and (3) Validated Complaints. Deduction Schedule: A 5% deduction shall be assigned to each Performance Requirement. Deductions shall be assessed against individual invoices when services are not performed or do not meet contract requirements. COMPUTER SECURITY: Pursuant to the Federal Information Security Management Act of 2002 (FISMA), the contractor will be required to complete a course in Computer Security Awareness Training (CSAT). This training must be completed annually by all employees including all contractors, volunteers, students, and summer externs. The Contractor will be required to comply with the Federal Information Processing Standards Publication (FIPS PUB) Number 201, "Personal Identity Verification of Federal Employees and Contractors," and the associated Office of Management and Budget (OMB) implementation guidance for personal identity verification for all affected contractor and subcontractor personnel. 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 Contractor's 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 Community Health Director, Community Health Services Department, at the Wind River Service Unit, PHS Indian Health Center, P.O. Box 128, Fort Washakie, Wyoming 82514. The Contractor agrees to include the following information on each invoice: (1) Contractor's name, address and telephone number; (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 Wind River Service Unit. 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 1999): (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: (1) Registered Nursing License = 35 POINTS. Potential contractors must submit a copy of State license with the price quote; (2) Resume = 35 POINTS. Potential contractors must submit a resume with the price quote; and (3) Past Performance = 30 POINTS. The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts/jobs. The offeror must list at least three contracts/jobs and include the following information. (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service/Employment; (4) Total contract value/Hourly wage; (5) Description of contract work/Job duties; (6) Contracting Officer/Company Manager and telephone number; (7) Program Manager and telephone number, if applicable. Technical and past performance, when combined, are considered approximately equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-9, 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, 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, 352.270-7, 352.270-10, 352.270-11, 352.270-12, 352.270-13, 352.270-16, 352.270-17, 352.270-18, and 352.270-19. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 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/oamp/policies/hssar.doc. CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST REGISTER WITH THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE. THE CCR IS THE PRIMARY GOVERNMENT REPOSITORY, WHICH RETAINS INFORMATION ON GOVERNMENT CONTRACTORS. YOU MAY REGISTER VIA THE INTERNET AT HTTP://WWW.CCR.GOV OR BY CALLING (888) 227-2423. 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 2:00 p.m., on March 27, 2009. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your name and address. Offers will also be accepted by e-mail at Rita.Langager@ihs.gov or by fax at (406) 247-7108. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 90 days from the date of receipt by the Government.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=da28447858654fd266e9599374cac901&tab=core&_cview=1)
- Record
- SN01768981-W 20090315/090313220049-da28447858654fd266e9599374cac901 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |