Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2010 FBO #3206
SOLICITATION NOTICE

Q -- CLINICAL ASSISTANT - FAR provision 52.212-3

Notice Date
9/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
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-10-10-072-REL
 
Archive Date
10/1/2010
 
Point of Contact
Rita E Langager, Phone: 406.247.7293
 
E-Mail Address
rita.langager@ihs.gov
(rita.langager@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 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)); and FAR 37.104, Personal Services Contracts (Public Law 103-332, 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 up to three fixed-price personal services commercial item contracts in response to Request for Quotation (RFQ)-10-10-072-REL. This solicitation is restricted to 51% Indian owned (Native American/American Indian) business concerns in accordance with the Buy Indian Act (25 U.S.C. 47). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. The associated North American Industry Classification System code is 561320 and the small business size standard is $13.5 million. PRICE SCHEDULE - CLINICAL ASSISTANT: 2080 HOURS @ $____________________ per hr = $_________________________. WORK SCHEDULE: The work schedule will consist of 8/9/10 hour shifts between 8:00 a.m. - 7:00 p.m. or as needed by the Supervisor. The duty station shall be the Outpatient Department at the Northern Cheyenne Service Unit. PURPOSE OF THE CONTRACT: The purpose of this acquisition is to contract for up to three Clinical Assistants for the Outpatient Department at the Northern Cheyenne Service Unit, PHS Indian Health Center, Lame Deer, Montana. STATEMENT OF WORK: This position is essential to the development of the patient care model being implemented in collaboration with the Improvements in Patient Care Initiative. This model is to be tested to later look at changes in our current organizational chart. The purpose of the position is to provide assistance to physicians, mid-level practitioners, and registered nurses in performing procedures/patient care. In addition the clinical assistant completes tasks which include clerical and technical support to the Medical and Nursing staff. Dependent upon the clinical assistant's certification/proficiency in various areas, the clinical assistant may complete duties of a more advanced nature. The clinical assistant is under the direct supervision of the Director of Nursing. The duties are accomplished in accordance with applicable training and competency certifications. The position is located at the Northern Cheyenne Service Unit, PHS Indian Health Center, Lame Deer, Montana. This position may include rotating shifts, holiday, and weekend coverage. Administers therapeutic measure as prescribed by the physician or RN under scope of licensure. Records observations, nursing interventions, therapeutic measure, hemodynamic monitoring data and other relevant measures for the patients care. Continually monitors and assesses patients' clinical condition and recognizes, identifies and interprets serious situations. Initiates proper intervention and sees that the RN and physician is notified immediately. Operates and monitors specialized equipment such as cardiac monitors, volume respirators, EKG machines, suction machines, cardiac pacemakers, defibrillators, etc. Takes vital signs, weights, heights, etc. Escorts patients to exam rooms. Graphs measurements on growth charts. Pull charts from Medical Records after regular clinic hours. Obtain special equipment and supplies when instructed. Makes regular and follow-up appointments. Explains diagnostic procedures. Positions patients for procedures (i.e. pelvic exams, suturing, spinal taps). Initiates basic referrals. Arranges transportation with CHR's for patients as needed. Conducts selected procedures such as EKGs, putting patients on the fetal monitoring equipment, etc. Stocks exam with supplies, equipment, etc. Cleans and sterilizes instruments and equipment as needed. Cleans rooms and makes room ready for next patient. Answers telephone, takes messages, and provides Patient chart when patient inquiry is involved, files materials when asked. Manages patient education materials and stocks education materials in rooms. Will be required to cover workstation until relieved by another personnel member or released by supervisor. Other duties as assigned by RN or Director of Nursing. KNOWLEDGE AND EXPERIENCE REQUIRED: Knowledge of effective patient/family teaching. Knowledge of patient care services provided. Ability to communicate to and interact with persons (staff, health care professionals, community) with different functions, levels of knowledge and requirements to provide optimal health care. Ability to plan and direct the work of others. Knowledge of accreditation standards and safety standards. Knowledge of, and ability to implement, universal precautions and other principles of infection control and aseptic technique. Knowledge of culture, customs, and health problems of the Native American population, with more specific knowledge of the Northern Cheyenne culture. SUPERVISION: This position is directly responsible to the Director of Nursing and receives medical direction from the medical staff. SUPERVISOR: Laura Herbison, Director of Nursing; ALTERNATE: Debby Bends, Chief Executive Officer. GUIDELINES: The guidelines follow the Northern Cheyenne Service Unit and Indian Health Service policies and procedures, Emergency Nursing Association standards, Eastern Montana Regional Trauma Advisory Committee protocols of care, and operational requirements; however, the nurse uses judgment in some situations and selects a course of action, when any one of several could be appropriate. For example, the nurse must evaluate critical changes in a patient's condition and may adapt guidelines on an occasional basis as conditions warrant, i.e., close continued onsite observation, calling the physician in charge, calling the Director of Nursing or initiating preplanned emergency treatment. COMPLEXITY: Providing nursing care requires a comprehensive and complex range of professional nursing competencies from prompt, decisive assessments of a very wide variety of special patient conditions, to administering special medications, to operating special emergency medical equipment, and reacting to emergency situations without delay or hesitation. The clinical nurse must make quick decisions involving critically ill or critically injured patients. Because of the immediacy and severity of most problems, it is not always possible or feasible to obtain direction from the Director of Nursing or Physician in charge. The nurse solves the majority of problems independently. Conditions change rapidly and the incumbent takes immediate action to ensure a high degree of quality health care is provided for patients, many of which, are in life or death medical situations. SCOPE AND EFFECT: Work assignments involve carrying out tasks and procedures which require skilled and personalized attention in specialized areas which have an impact on the well being of patients. The acceptance of such care by patients will contribute to the health outcome of the patient. PERSONAL CONTACTS: In emergency/non-emergent situations, when a physician/or FNP is not immediately available, initiates appropriate actions or procedures per clinical triage protocols. Participates fully in nursing tech quality assurance activities and established JCAHO/AAAHC. PURPOSE OF CONTACTS: This position is directly responsible to the Director of Nursing and receives medical direction from the medical staff. The LPN/clinical assistant plans and provides nursing care in the Urgent Care/Outpatient clinic for each patient in conjunction with the physician. Work is evaluated for adherence to professional nursing standards as set by the Emergency Nurses Association and the Northern Cheyenne Service Unit policies and procedures. Highly unusual problems are reported to the physician in charge or the Director of Nursing. PHYSICAL DEMANDS: Prolonged periods of moving, lifting, as well as manual dexterity, ability to bend, stoop and sometimes physically restrain patients. May require rotating shifts, overtime and extended hours of service. Emotional pressures of dealing with seriously injured, ill or dying patients in the clinical/or emergency setting induces stress. WORK ENVIRONMENT: Work environment in a medical facility includes exposure to communicable diseases, intoxicated and/or violent patients. Personal protective equipment and guidelines to prevent disease transmission are provided. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all necessary equipment and supplies. The Northern Cheyenne Service Unit will be responsible for getting the Contractor access and clearance to all computer services necessary to carry out his/her duties. 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. 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. 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. 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. Federal Tort Claims Act coverage for medical related claims is extended to the individual providing services. However, the services must have been performed within the scope of the personal services contract. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes has been made 15 days after each quarter. 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 Northern Cheyenne Service Unit. PERIOD OF PERFORMANCE: October 1, 2010 through September 30, 2011. 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 for this contract will be Beverly Stiller, Administrative Officer, Northern Cheyenne Service Unit. 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 Supervisor at the Northern Cheyenne Service Unit, PHS Indian Health Center, P.O. Box 70, Lame Deer, Montana. 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. The Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107, shall make payment. 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 CONTRACTOR SHALL PROVIDE EVIDENCE OF, OR SUBMIT A WRITTEN RESPONSE TO, THE FOLLOWING TECHNICAL EVALUATION FACTORS : The following factors shall be used to evaluate offers: (1) Resume. (Potential contractors must submit a copy of resume with the offer.) = 50 Points; and (2) Past Performance = 50 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 include two letters of reference or list at least two 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. (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, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.227-14, 52.227-17, 52.228-5, 52.229-3, 52.232-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.245-1, 52.249-12, 352.201-70, 352.202-1, 352.215-1, 352.215-70, 352.222-70, 352.223-70, 252.224-70, 352.227-70, 352.231-71, 352.237-70, 352.237-71, 352.237-72, 352.239-73, 352.242-71, 352.242-72, 352.242-73, 352.270-2, and 352.270-3. 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, 52.222-3, 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 https://www.acquisition.gov/ and http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3524d214210697effd2fd5c77848a806&rgn=div5&view=text&node=48:4.0.1.8.33&idno=48. 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. CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST REGISTER WITH THE DEPARTMENT OF DEFENSES 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 HTTPS://WWW.BPN.GOV/CCR/DEFAULT.ASPX OR BY CALLING (888) 227-2423. 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 September 16, 2010. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company's 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
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-10-072-REL/listing.html)
 
Record
SN02265500-W 20100904/100902235452-ab382b8fc09f564b95f05289394e118f (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.