Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2009 FBO #2842
SOLICITATION NOTICE

Q -- Respiratory Therapist Service

Notice Date
9/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
VA Salt Lake City Health Care System (See VA Rocky Mountain Consolidated Contracting Center) - Department of Veterans Affairs Salt Lake City Health Care System
 
ZIP Code
00000
 
Solicitation Number
VA-259-09-RP-0419
 
Response Due
9/16/2009
 
Archive Date
11/15/2009
 
Point of Contact
Susan CowinContract Specialist801-584-1223
 
E-Mail Address
Contract Specialist
(Susan.Cowin@va.gov)
 
Small Business Set-Aside
N/A
 
Description
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. Prospective offerors are encouraged to view this site frequently for any amendment to the solicitations. This solicitation is issued as a Request for Proposal (RFP), solicitation number VA-259-09-RP-0419. The George E. Wahlen Veterans Affairs Medical Center, Salt Lake City, Utah, has a requirement for Respiratory Therapist Services. The contractor shall provide licensed respiratory care practitioners (LRCP) that are certified in BLS and ACLS. LRCPs shall be proficient in spoken and written English and have one year of recent experience related to respiratory therapy. This experience must have provided the therapist with a wide knowledge of commonly used respiratory equipment, procedures and techniques, including an understanding of the basic medical sciences, such as anatomy, physiology, chemistry and physics and how they relate to the respiratory and cardiovascular systems of the human body; knowledge of the appropriate methods diseases such as bronchitis, asthma and emphysema, including the appropriate methods of treatment and knowledge of commonly used respiratory drugs such as bronchodilators.LINE ITEMS:Est.UnitTotalQtyUnitCostPrice 1. BASE YEAR - OCT. 1, 2009 - SEPT. 30, 2010400 hr$__________$____________ 2. OPTION YEAR 1 - OCT. 1, 2010 - SEPT. 30 2011400 hr$__________$____________ 3. OPTION YEAR 2 - OCT. 1, 2011 - SEPT. 30 2012400 hr$__________$____________ 4. OPTION YEAR 3 - OCT. 1, 2012 - SEPT. 30 2013400 hr$__________$____________ 5. OPTION YEAR 4 - OCT. 1, 2013 - SEPT. 30 2014400 hr$__________$____________ TOTAL BASE PLUS OPTION YEARS$___________________STATEMENT OF WORK Qualifications. The contractor shall provide licensed respiratory care practitioners (LRCP) that are certified in BLS and ACLS. LRCPs are proficient in spoken and written English and have pone year of recent experience related to respiratory therapy.This experience must have provided the therapist with a wide knowledge of commonly used respiratory equipment, procedures and techniques, including an understanding of the basic medical sciences such as anatomy, physiology, chemistry and physics, and how they relate to the respiratory and cardiovascular systems of the human body; knowledge of the various respiratory diseases such as bronchitis, asthma, and emphysema, including the appropriate methods of treatment; and knowledge of commonly used respiratory drugs such as bronchodilators. Duties. Duties are as follows: 1. Administering oxygen and aerosols containing prescribed medications.2. Drawing and analyzing blood gas samples from patients.3. Setting up and monitoring complex respiratory equipment such as volume and pressure ventilators. 4. Performing airway care and maintenance on intensive care and acute care patients.5. Performing tracheal suctioning, chest physical therapy and postural drainage to facilitate the removal of secretions, and providing oxygen and life support to patients during emergency resuscitation.6. Performing pulse oximetery. Hours of Work. Hours for availability include 24 hours / day, seven days a week including holidays. The section has three 8 hour shifts. Providers of service will receive no less than 4 hours advance notification.OTHER CONTRACT REQUIREMENTS CENTRAL CONTRACTOR REGISTRATION (CCR). All contractors must register in the CCR prior to contract award. Registration may be started online at http://www.ccr.gov/ccrstart.html. CONTRACTOR PERSONNEL SECURITY REQUIREMENTSAll contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to all subcontractor personnel requiring the same access. If the investigation is not completed prior to the start date of the contract, the contractor will be responsible for the actions of those individuals they provide to perform work for VA. 1. Position Sensitivity - The position sensitivity has been designated as LOW RISK. 2. Background Investigation - The level of background investigation commensurate with the required level of access is MINIMUM BACKGROUND INVESTIGATION.3. Contractor Responsibilities The contractor shall bear the expense of obtaining background investigations. If the investigation is conducted by the Office of Personnel Management (OPM), the contractor shall reimburse VA within 30 days. The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship and are able to read, write, speak and understand the English language. The contractor shall submit or have their employees submit the following required forms to the VA Office of Security and Law Enforcement within 30 days of receipt: (i) Standard Form 85P, Questionnaire for Public Trust Positions(ii) Standard Form 85P-S, Supplemental Questionnaire for Selected Positions(iii) FD 258, U.S. Department of Justice Fingerprint Applicant Chart(iv) VA Form 0710, Authority for Release of Information Form(v) Optional Form 306, Declaration for Federal Employment(vi) Optional Form 612, Optional Application for Federal Employment The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. Government Responsibilities The VA Office of Security and Law Enforcement will provide the necessary forms to the contractor or to the contractor's employees after receiving a list of names and addresses. Upon receipt, the VA Office of Security and Law Enforcement will review the completed forms for accuracy and forward the forms to OPM to conduct the background investigation. The VA facility will pay for investigations conducted by the Office of Personnel Management (OPM) in advance. In these instances, the contractor will reimburse the VA facility within 30 days. The VA Office of Security and Law Enforcement will notify the contracting officer and contractor after adjudicating the results of the background investigations received from OPM. The contracting officer will ensure that the contractor provides evidence that investigations have been completed or are in the process of being requested. This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisitions Circular 2005-36. In accordance with 52.252-2, Clauses Incorporated by Reference, clauses incorporated by reference have the same force and effect as if they were given in full text. The following clauses and provisions apply: 52.212-4, Contract Terms and Conditions; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-4, Printed or Copied Double-sided on Recycled Paper; 52.204-2, Security Requirements; 52.224-2, Privacy Act; 52.224-1, Privacy Act Notification; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Terms of the Contract; 52.233-2, Service of Protest;52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, which includes the following clauses; 52.203-13, 52.219-4, 52.219-25, 52.219-28,52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.223-15, 52.225-5, 52.225-13, 52.232-33; 852.203-71 Display of Department of Veteran Affairs Hotline Poster; 852-233-70, Protest Content/Alternative Dispute Resolution; 852.237-70, Contractor Responsibilities; 852.271-70, Nondiscrimination in Services Provided to Beneficiaries; 852.273-75, Security Requirements for Unclassified Information Technology Resources; 852.273-76, Electronic Invoice Submission; 52.228-5, Insurance - Work on a Government Installation; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items must be completed and provided with offers. Prospective Offerors must also respond to 52.212-2, Evaluation of Offers. 1. Technical Capability. Contractor must be regularly established in the business called for in this solicitation. Prospective offeror to address their recruiting, screening, and hiring process, including testing, questionnaires, reference checks and experience requirements. Corrective action process for substandard work performance. Include the process for monitoring the frequency of cancellations or incidents of tardiness. Indicate the company's geographic areas of service. Provide copies of licensure for individuals proposed for this contract. 2. Past Performance. Offeror shall provide a minimum of 3 references, including name, address, telephone number and point of contract for whom the same or similar type work has been performed. 3. Price. Award Statement. Technical Capability and Past Performance, when combined are of greater importance when compared to price. The North American Industry Classification System code for this procurement is 621999.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SLCVAMC660/SLCVAMC660/VA-259-09-RP-0419/listing.html)
 
Record
SN01939630-W 20090905/090904001102-f932e025afdc9d17302b1217e2cf3e95 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.