Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2011 FBO #3358
SOLICITATION NOTICE

Q -- DIABETES NURSE EDUCATION AND COUNSELING CENTER - FAR provision 52.212-3

Notice Date
2/1/2011
 
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-10-11-018-REL
 
Archive Date
3/4/2011
 
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 (JAN 2011) 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 and 25 U.S.C. 3109). 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 personal services commercial item contract in response to Request for Quotation (RFQ) 10-11-018-REL. This solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49. The associated North American Industry Classification System code is 621399 and the small business size standard is $7.0 million. PRICE SCHEDULE - DIABETES NURSE EDUCATION AND COUNSELING CENTER: Potential contractors shall propose an all inclusive hourly rate for: BASE YEAR: 500 HOURS @ $____________________ per hr = $_________________________; OPTION YEAR ONE: 500 HOURS @ $____________________ per hr = $_________________________; OPTION YEAR TWO: 500 HOURS @ $____________________ per hr = $_________________________; GRAND TOTAL:_________________________. WORK SCHEDULE: One day per week from 8:00 a.m. to 4:30 p.m. (one 8-hour day each week for 52 weeks). PURPOSE OF THE CONTRACT: The purpose of this acquisition is to contract for a Diabetes Nurse Educator to provide comprehensive diabetes education services. The Diabetes Nurse Educator will serve as a member of the diabetes team. The primary purpose of the services is to provide diabetes education and counseling to people with diabetes at the Fort Peck Service Unit as part of a comprehensive diabetes program. The Diabetes Nurse Educator will provide patient care services to a mix of young adult, middle-aged, older adults, and geriatric patients. And, will occasionally see obstetric and adolescent patients. The Diabetes Nurse Educator will be afforded reasonable preparation time to set up, plan, and organize the Diabetes Education and Counseling Center, including any training, to begin performing the services. However, the preparation time will not extend the length of the contract. The contracted services will be 20% telemedicine and 80% on-site. STATEMENT OF WORK: (A) CLINICAL/PATIENT EDUCATION: Provides outpatient education and counseling to individuals and families according to the curriculums, policies, and procedures of the Fort Peck Service Unit (FPSU). With each patient, the Diabetes Nurse Educator assesses individual learning needs and readiness to learn, and implements an educational plan to meet those needs. The Diabetes Nurse Educator will serve as the diabetes class coordinator and as the primary instructor for group classes. The Diabetes Nurse Educator in collaboration with the medical staff is responsible for the diabetes class curriculum development. The Diabetes Nurse Educator is responsible for the diabetes patient educational needs assessment and goal setting. The Diabetes Nurse Educator works with each class instructor to develop each complete class curriculum. The Diabetes Nurse Educator will maintain the files for the diabetes classes which includes the class instructor's qualifications for instructing patients with diabetes. The Diabetes Nurse Educator will establish patient evaluation method of classes, class instructors, and implement instructor peer evalution. The Diabetes Nurse Educator will engage in individual diabetes education according to FPSU guidelines which will be consistent with the American Diabetes Association and Council of Diabetes Educators. The individual instruction will include the patients treatment plan, educational needs assessment, goal setting, and skill training including all elements of diabetes self-management such as home glucose monitoring, nutrition, exercise, medication compliance, and insulin administration. The Diabetes Nurse Educator works closely with the team case managers to assure that diabetes self-management needs are coordinated with the overall plan of care. (B) ADMINISTRATIVE: Plans and participates with other professionals and agencies involved in providing services to people with diabetes, families and the community and, where appropriate, coordinates services provided. Coordinates with the tribal diabetes program to maximaze the success of both programs in meeting the patients and community needs. Participates in review, selection, development, and evaluation of appropriate diabetes education materials that are at the patient's age level, literacy and are culturally relevent. Establishes goals, objectives, standards of care, and evaluation techniques with other team members. Contributes to the overall DECC planning, policy and procedure development, program evaluation and performance improvement (PI). Provides community diabetes education to groups in various community settings. Participates in the assessment of community needs for educational services and the design and implementation of outreach educational programs to meet those needs. Plans, develops, and presents in-service education to other team members and facility staff on diabetes. Provides consultation on diabetes to other health care professionals. Maintains documentation of education and counseling services according to facility and center policy. Provides patient care according to the Standards of Care for Patients with Type 2 Diabetes in I.H.S. Establishes and maintains liaison with national and local diabetes associations. Participates on facility committees. Participates in Professional organizations and obtains continuing education to maintain competency in position responsibilities. Takes turn with other diabetes educators in covering walk-in/on-call referrals for diabetes education. Participates in community events as scheduled allows. Performs other related duties as assigned. KNOWLEDGE AND EXPERIENCE REQUIRED: Knowledge of established professional nursing principles, practice and procedures required to provide nursing care to diabetes/impaired glucose tolerance patients at various stages of illness. Knowledge of health record aspects of patient care and ability to accurately and completely document clinical data relating to either the patient and family. Knowledge of basic CPR to initiate resuscitative measures; ability to react swiftly in emergency situations. Knowledge of pharmacologic preparations used in the treatment and care of diabetes and their therapeutic and adverse actions. Knowledge of the concepts, principles and processes of teaching/education to instruct patients and their families (usually a mix of adult and geriatric patients, occasionally sees obstetric and adolescent patients). Evaluate effectiveness of teaching and establish rapport between patients, families, and health care providers. Ability to communicate in writing to develop program plans and reports; and ability to communicate verbally with health care providers. Demonstrate the appropriate knowledge and skill necessary to provide care appropriate to the age of the patients served by their department. Skill in organizing and coordinating resource persons and materials to provide health education instruction. Current licensure as a registerd nurse is required. Certification as a Diabetes Educator (CDE) is preferred. SUPERVISION: Works under the supervision of the Fort Peck Service Unit Chief Medical Officer. The Diabetes Nurse Educator works independently, establishing priorities, defining objectives, determining approaches to all education, implementing programs, and recommending policies as relates to these educational programs. Work is reviewed to determine that overall objectives are met, and for effectiveness of operations and compliance with protocols and professional standards. SUPERVISOR: Terry Dennis, M.D., Fort Peck Service Unit Chief Medical Officer. GUIDELINES: Guidelines include DECC; Health Promotion Disease Prevention; Service Unit/I.H.S. protocols, policies and procedures; the American Diabetes Association ( ADA); the American Association of Diabetes Educators (AADE); and JCAHO guidelines as well as Nursing Standards of Care and Practice. Utilizes theories of education and methods of instruction in such a manner as to encourage and foster successful diabetes self-management. Uses independent judgment in determining objectives, developing programs and materials and in adapting content and methods to individual situations. The Diabetes Nurse Educator must use initiative and creativity in fulfilling postion responsibilities. COMPLEXITY: Work covers a broad range from uncomplicated diabetes care to care of patients with severe medical and social complications of diabetes, as well as care of patients at risk for future diabetes. Obtains information from patients, family members, physicians, and other health care providers and determines needs based on assessment and progress of treatment. Work involves primarily adults and elderly, but can include obstetric and adolescent patients. Will assess, treat, evaluate, and educate family members as well as patients. Responsibilities involve assessing, planning for, directing, coordinating, implementing and evaluating patient education primarily in the outpatient area, occasionally in the inpatient setting. SCOPE AND EFFECT: The Diabetes Nurse Educator promotes and exercises independence and leadership in the management of patients with impaired glucose tolerance and diabetes mellitus. Will require much individualization of care and education for each patient and family. PERSONAL CONTACTS: Contacts are with individuals, families, community groups, tribal council, tribal program directors and staff, community leaders, tribal health board, medical and health care staff, school personnel, social services and other related agencies. Contacts occur in both outpatient and inpatient settings and in the community. PURPOSE OF CONTACTS: Contacts are to assess, treat, educate, and motivate people to develop and maintain good health practices in diabetes care; to share information and evaluate methods used in treating, influencing, and motivating diabetes patients to care for themselves, improve their health habits and follow their health care provider's guidelines; motivating patients/community/family members at risk for developing diabetes to change their lifestyle towards a preventive path. PHYSICAL DEMANDS: The work involves prolonged periods of walking and standing as well as being able to lift at least 50 lbs. of audio visual equipment, bending and reaching stocked shelves. Work can be performed in the clinic, community or school setting. WORK ENVIRONMENT: Work is performed formally or informally where there are normal everyday risks in the school, clinic, or community setting. Exposure to contagious and infectious disease is a common risk. OTHER SIGNIFICANT FACTORS: Will actively participate in providing education to the service population regarding the I.H.S. and the SU's mission and service availability to the various communities. In concert with the aforementioned element, will on an annual basis develop and implement a program to educate the communtiy about the mission and services. The services require the operation of government vehicles therefore the Diabetes Nurse Educator is required to maintain a current drivers license. The contracted services will be 20% telemedicine and 80% on-site. Transportation from outlying area will be provided by use of commercial flight, amtrak, bus or car. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all necessary equipment and supplies. The Fort Peck 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 (FTCA) coverage for medical related claims is extended to the individual providing the 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 Fort Peck Service Unit. In addition, fingerprint checks must occur as part of the pre-employment process and must be completed before the Diabetes Nurse Educator is allowed to work. The fingerprint checks should be coordinated with the Service Unit. Please contact the Administrative Officer at the Service Unit to complete this process. PERIOD OF PERFORMANCE: The performance of this contract shall be from Date of Award (the tentative start date is March 1, 2011) through September 30, 2011, with four 12-month options. 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 Jackie Hippe, Health System Revenue Specialist, Fort Peck Service Unit. 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 Supervisor at the Fort Peck Service Unit, PHS Indian Health Center, P.O. Box 67, Poplar, Montana 59255. The Contractor agrees to include the following information on each invoice: (1) Contractor's name, address, telephone number and e-mail 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. 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) Registered Nursing License. 40 Points. Offerors must provide evidence of current unrestricted State license for the registered nurse; (2) Resume. 30 Points. Resume must include information relating to: (a) Professional Education; (b) Certifications; and (c) Previous jobs; 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. (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, 52.227-14, 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, 52.251-1, 52.251-2, 352.201-70, 352.202-1, 352.203-70, 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, 52.223-18, 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 February 17, 2011. 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-10-11-018-REL/listing.html)
 
Record
SN02370519-W 20110203/110201233954-c53ddd820fb92164b58929d072f88f0d (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.