SOLICITATION NOTICE
Q -- Center Nurse Practitioner Services
- Notice Date
- 4/9/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621399
— Offices of All Other Miscellaneous Health Practitioners
- Contracting Office
- Department of Labor, Employment Training Administration, Adams and Associates, In., 10395 Double R Blvd, Reno, Nevada, 89521, United States
- ZIP Code
- 89521
- Solicitation Number
- SACJC2014-0003
- Point of Contact
- Wendi Lott, Phone: 4433198840
- E-Mail Address
-
wlott@adamsaai.com
(wlott@adamsaai.com)
- Small Business Set-Aside
- N/A
- Description
- SCOPE OF WORK ID #: SACJC2014-0003 Center Nurse Practitioner Services Adams and Associates, Inc., a first tier subcontractor with MJLM Inc., contracting for the U.S. Department of Labor for the operation of the Sacramento Job Corps Center - a 374 student residential training facility located at 3100 Meadowview Road, Sacramento, CA 95832, is currently soliciting written bids for a Center Physician Services. All quotes must be submitted in writing to the Purchasing Department by Quotes received after the deadline and/or without all requested documentation will not be considered. SCOPE OF SERVICES The Center Nurse Practitioner agrees to provide students of the Sacramento Job Corp Center with the services stated herein. Such services will be provided as authorized by the Center representative. Services to be provided will be in the amount of 7.5 hours per week for 78 weeks. The Center Nurse Practitioner agrees to adhere to all state required standards of practice and Physician oversight when applicable. The Center and the Center Nurse Practitioner hereby agree that the services to be provided will include, but will not be limited to those health and wellness services specified in the Job Corps Federal Regulations (The Job Corps Policy and Requirements Handbook, Chapter 6, Section 6.10, R1; PRH Exhibit 6-4; and applicable Technical Assistance Guides). These services provided in conjunction with the Center Physician, include but are not limited to: The development, implementation, an monitoring of the total center health and wellness program, to help students become and stay employed, including: •· Advising the Center Director and Wellness Services staff on all medical and health related matters. This shall include staffing requirements; the advisability of medical separations, including the furnishing of diagnosis, prognosis, and recommendations for future care; the utilization and cost of services; the personalization of patient care; and any other health areas deemed appropriate by the Center Physician and the Center Director. •· Consulting with center staff on ordering, accounting for, and safeguarding health equipment, supplies, and medications. •· Developing a system to promote the coordination and integration of the health components (medical, oral health, mental health, environmental health, and health education) with other center activities. This will be done in cooperation with the Center Physician, Health and Wellness Manager (HWM), Center Dentist, and Center Mental Health Consultant (CMHC). •· Providing advice and assistance to health education instructors on the implementation of the health and wellness program and promoting health and wellness outside the clinic walls (i.e., out on center) to enhance employability of the total student population. •· Ensuring the maintenance, confidentiality, and safeguarding of all health records. •· Staying current on Job Corps policies and procedures via frequent communication with the Center Physician and HWM and review of the Job Corps health and wellness website. Providing direct medical services to students, including: •· A cursory medical inspection for each student within the first 48 hours after arrival on center, and a definitive medical examination and health history using Job Corps approved history and physical forms of each student, within 14 days of arrival on center. The medical examination will include the interpretation of all routine laboratory tests. Vendor must include the Scope of Work Identification number on submitted bid. The period of performance is from July 5, 2014 to April 30, 2016 with 3 one year option periods. Submitted bid will show at minimum breakdown as follows: Price per hour Please include any additional fees Offeror must quote on all periods, the base period is 78 weeks and each option is 48 weeks Bids and all licensures needed to do business may be faxed to 410-964-2961, Attn: Wendi Lott, Corporate Purchasing; emailed to: wlott@Adamsaai.com; or mailed to: Adams and Associates, Inc. Attn: Wendi Lott 10400 Little Patuxent Parkway Suite 320 Columbia, MD 21044 If your quote deviates from specifications in any way, such exceptions must be noted on bid sheet. If unable to quote, please indicate 'No Bid' and return bid package to us. Adams and Associates, Inc. reserves the right to reject any bids and select the bid deemed most responsible. Bidders should be aware of bid requirements for federally funded projects and act accordingly. Bidders are placed on notice that this is a competitive bid process and cost is an important fact. Overall low bid does not constitute bid award. Sacramento Job Corps Center is a federally funded facility. Payment terms are Net 30 days from date of invoice. Vendor is required to show number of hours billed and hourly rate on invoice, list of materials used to complete service and provide certified payroll records with invoice. All question regarding the Invitation to Bid and/or scope of work must be submitted in writing to: wlott@adamsaai.com. No phone calls will be accepted. Vendor shall hold all licenses necessary to do business in the state of CA and provide copies of all licenses with bid package. The vendor shall obtain and maintain insurance as follows: •· Workers Compensation must meet state statutory limit requirements, including those for Employer's Liability, if applicable •· Comprehensive General Liability with Sacramento Job Corps Center listed as additional insured. ($1,000,000 per occurrence). •· Comprehensive Automobile Liability ($1,000,000/combined single limit) •· Fire Legal Liability ($500,000 per occurrence) •· The proposed shall cover any and all expenses not covered by said insurance including all deductibles. Bids will be due by Friday April 30, 2014 at 5:00 East Coast Time
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/adams/SACJC2014-0003/listing.html)
- Place of Performance
- Address: 3100 Meadowview Road, Sacramento, California, 95832, United States
- Zip Code: 95832
- Zip Code: 95832
- Record
- SN03334526-W 20140411/140410021534-384a617e92d08b7e59c0923657fbddd9 (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 |