SOLICITATION NOTICE
Q -- IHS, Oklahoma Area LPN Services
- Notice Date
- 5/1/2024 8:18:42 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621399
— Offices of All Other Miscellaneous Health Practitioners
- Contracting Office
- OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
- ZIP Code
- 73114
- Solicitation Number
- 24624Q0065
- Response Due
- 5/10/2024 3:00:00 PM
- Archive Date
- 05/25/2024
- Point of Contact
- Judy Eaves, Phone: 4059513856, Fax: 4059513771
- E-Mail Address
-
judy.eaves@ihs.gov
(judy.eaves@ihs.gov)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and Part 15, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) # 246-24-Q-0065.��Submit only written quotes for this RFQ. This solicitation is unrestricted (Buy Indian Deviation on file). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03.� The associated NAICS code is 621399. Period of Performance: Base Year 06/15/2024 � 06/14/2025, plus four option years Vendor Requirements: ��SEE ATTACHED SPECIFICATIONS Submit Quotes no later than: 05/10/2024 5:00p.m. CDT to Judy Eaves, Contract Specialist, via email at judy.eaves@ihs.gov. Evaluation:� FAR 52.212-2 Evaluation -- Commercial Items (completed as follows): The Government reserves the right to issue a single award or multiple awards to any contractor(s) whose quote represents the best value and most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Price including Breakdown and (2) Vendor Past Performance.� Price is more important than past performance. PROVISIONS:� The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (the offeror should include a completed copy of this provision with their quote), and FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services.� In addition to the information required in FAR 52.212-1, offerors shall provide the following: (1) two vendor past performance references to include the contact name, email, phone number, contract number(s), contract period of performance and contract value; (2) verification of indemnification, and (3) all-inclusive rates including a breakdown. 1) Past Performance: Past performance shall demonstrate how well the offeror delivers quality patient care; meets customer expectations; complies with previous federal contracts and statements of work; demonstrates ability to manage and meet priority timelines; and demonstrate overall performance on work similar in complexity to services described in the statement of work.� Government reserves the right to use both the information provided in the offeror�s proposal and information obtained from other sources, such as the Contractor�s Performance Assessment Reporting System (CPARS) or similar systems, and commercial sources. The Government may also use information from its own files, information provided by the offeror, or from any other sources it deems appropriate.,� 2) Indemnification in accordance with the Statement of Work, 3) All-Inclusive Rates including a Breakdown: The proposed prices will be evaluated for price reasonableness. Reasonableness shall represent a price to the Government a prudent person would pay in the conduct of competitive business.� Offerors are cautioned that unreasonable prices may be grounds for eliminating a proposal from the competition based upon an apparent lack of understanding of the requirement. Include All-Inclusive Rates and Breakdown for each line item on a separate sheet (separate from SF 1449 and pricing sheet) in the following format: Direct Labor Rate:����� $__________________ G&A��������������������������� %_________________ OverHead������������������ %_________________ CLAUSES:� The following FAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018); FAR 52.212-5 (MAR 2020), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): �FAR 52.203-6 Restrictions on Subcontractor Sales to the Government;� 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.216-27 Single or Multiple Awards (Oct 1995); FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.219-8; FAR 52.219-13,; FAR 52.219-28,; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving;� FAR 52.225-1, Buy American Act--Supplies;� FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41,FAR 52.222-43 Fair Labor Standards Act and Service Contract Act � Price Adjustment.��The above Provisions and Clauses may be obtained via internet at https://www.acquisition.gov/browse/index/far All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award.� Please submit the following information with each quote: Vendor Name, Cage Code, UEI number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability.� Failure to provide sufficient technical detail may result in rejection of your quote. Miscellaneous: NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS � SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE QUOTE SUBMISSION. All responsible sources may submit a response which, if timely received, will be considered by the agency. Incomplete submission(s) of REQUIREMENTS WILL NOT be reviewed or considered including direct submission to the hospital unit managers. STATEMENT OF WORK LICENSED PRACTICAL NURSE 1. GENERAL The Indian Health Service (IHS), a federal agency within the Department of Health and Human Services, is responsible for providing federal health services to American Indians and Alaska Natives. The mission of IHS is to raise the physical, mental, social, and spiritual health of American Indians and Alaska Natives to the highest level and assure that comprehensive, culturally acceptable personal and public health services are available and accessible to members of the 566 federally recognized Tribes across the United States.� 2. SCOPE To meet the Agency�s mission, the IHS requires contractor support to assist the facilities in the placement of contract medical staff into temporary assignments in the IHS clinics and hospitals in the Oklahoma City Area (OCA).� IHS intends to award multiple blanket purchase agreements (BPA�s) for a period of performance of one base year plus four option years for licensed practical nurse (LPN) services.� The care provided by the licensed practical nurse shall be as comprehensive as the Indian Health Service supplied facilities; equipment and support services permit.� The contractor shall provide qualified LPNs to provide medical services for patients as required by this statement of work (SOW) and in accordance with the terms and conditions of this BPA.� Contract LPNs shall provide services to eligible beneficiaries of the Indian Health Service who present themselves for treatment.� 2.1������ KEY PERSONNEL The contract specialist will be the vendor�s main point of contact for all day-to-day operations under this blanket purchase agreement. Contract Specialist:���� Judy Eaves, Judy.eaves@ihs.gov, 405-951-3856 The assigned accounts payable technician will be identified on all call outs; however should you need additional assistance contact the Accounts Payable Supervisor. Accounts Payable Supervisor:���������� Denise Karr, Denise.karr@ihs.gov, 405-951-3919 2.2������ PERIOD OF PERFORMANCE ����������� BASE YEAR:� ����������� June 16, 2024-June 15, 2025 ����������� OPTION YEAR I:� ����� June 16, 2025-June 15, 2026 ����������� OPTION YEAR II:� ���� June 16, 2026-June 15, 2027 ����������� OPTION YEAR III:� ��� June 16, 2027-June 15, 2028 ����������� OPTION YEAR IV:� ��� June 16, 2028-June 15, 2029 2.3������ PLACE OF PERFORMANCE Claremore Indian Hospital 101 South Moore Ave Claremore, OK� 74017 Lawton Indian Hospital 1515 Northeast Lawrie Tatum Rd Lawton, OK� 73507 Anadarko Indian Health Center 115 Northeast Old Town Drive Anadarko, OK� 73005 Carnegie Indian Health Center 214 East 4th Carnegie, OK� 73015 Clinton Indian Health Center 10321 N 2274 Road Clinton, OK� 73601 El Reno Indian Health Center 1631 E Highway 66 El Reno, OK� 73036� Haskell Health Center 2415 Massachusetts Street Lawrence, KS� 66046 Pawnee Indian Health Center 1201 Heritage Circle Pawnee, OK� 74058 Watonga Indian Health Center 204 West Main Street Watonga, OK� 73772 Wewoka Indian Health Center Highway 270 and 56 Wewoka, OK� 74884 2.4������������������ WORK SCHEDULE Contractor shall provide nursing services and coordinate patient care with all appropriate departments. The IHS will maintain a sign-in/sign-out log at each IHS clinic site. Nurses shall sign-in upon arrival at the respective facility and sign-out when leaving for the day.� The log shall provide for individual name, date, hour of arrival and hour of departure. The nurse shall be available to cover both day and night, 8 and 12 hr. shifts Sunday-Saturday, weekends and holidays included. On a rare occasion and as patient load demands, a nurse may be required to provide coverage at another facility within the same Service Unit.� The Lawton Service Unit is comprised of the Lawton Indian Hospital, Anadarko and Carnegie Indian Health Centers.� The Clinton Service Unit is comprised of Clinton, Watonga and El Reno Indian Health Centers. 8 HOUR SHIFTS, VARIOUS DEPARTMENTS Nurse shall be available to cover 8 hour shifts for Monday-Friday schedules and the occasional Saturday Clinic coverage. CLINTON SERVICE UNIT COMMUNITY OUTREACH DEPARTMENT Community Outreach nurse services shall operate in an ambulatory care capacity based primarily at the Clinton Indian Health Center for 8-hour shifts.� Approximately 20% of job duties shall include travel to community outreach vaccination events in the following locations:� Watonga, El Reno, Seiling, Elk City, Oklahoma City, Woodward, Canton, Concho, Kingfisher and Hammon. Nurse will have use of a government vehicle for travel to/from outreach events and will be compensated for travel time. Nurse shall be available to cover for Monday-Friday schedules and the occasional Saturday Clinic coverage. 12 HOUR SHIFTS, VARIOUS DEPARTMENTS Nurse shall be available to cover 12 hour shifts in various departments. Any changes to the preceding shall require mutual agreement of the Contractor, Chief Nursing Executive and Contract Specialist. The Contractor shall provide written documentation from a qualified health care provider for absences of three (3) or more consecutive days, due to illness, stating: 1.�������� The cause of the current illness/incapacitation AND 2.�������� Indicating the contractor as contagious or non-contagious. 2.5 GOVERNMENT FURNISHED FACILITIES, EQUIPMENT, SUPPLIES, SPECIALTY & SUPPORT STAFF The government will provide the facilities, supplies and the equipment and specialty/support staff. The on-call specialty staff may consist of staff in anesthesia, pediatrics, internal medicine, family practice and general surgery.� Use of government furnished facility space, equipment, supplies, and personnel are for the provision of care and services set forth in this BPA only. The Government will provide assistance, orientation and guidance in seeing patients as well as receiving supplies, utilizing and ordering laboratory, x-ray and pharmacy services. 2.6 BACKGROUND SECURITY CLEARANCE All contractors shall undergo a fingerprint check and background investigation and shall be cleared prior to hire.� Contractor�s continued employment is contingent upon the outcome of a complete and favorable background investigation as determined by the sensitivity level of the position.� If contractors are found not suitable, they shall be removed.� This is a designated position covered by Public Law 101-647, 101-630, Crime Control Act of 1990, and the Indian Child Protection and Family Violence Prevention Act, requiring contact or control over Indian children. Contractors shall be required to complete, sign, and submit the Addendum to OF-306, Child Care & Indian Child Care Worker Position form. Due to this requirement, persons hired for these positions shall not have been found guilty of or pleaded nolo contendere or guilty to certain crimes.�� Failure to comply with these statutes shall result in immediate removal. In accordance with Indian Health Manual Part 3, Chapter 20 � Protecting Children from Sexual Abuse by Health Care Providers, all IHS providers have a responsibility to report any incident or reasonable suspicion of sexual abuse of a child by a health care provider directly to the proper child protective and/or law enforcement authorities following legally required timelines in consultation with OGC, and to the OIG Hotline at 1-800-447-8477. Reporting any incident or reasonable suspicion of sexual abuse of a child directly to their supervisor, the CEO, or alert the next supervisor in the chain of command if the first line supervisor is the one suspected of child sexual abuse, and the IHS Hotline at 301-443-0658 within the same day of the incident and documenting the report in the IHS Incident Reporting System within five business days. Additionally, compliance with this federal law requires all federal employees and contractors take annual policy training. ����������� 2.7������ INDEMNIFICATION It is expressly agreed and understood that this is a nonpersonal services contract, as defined in Federal Acquisition Regulation (FAR) 37.101, under which the professional services rendered by the Contractor are rendered in its capacity as an independent contractor. The Contractor shall be solely liable for and expressly agrees to indemnify the Government with respect to any liability producing acts or omissions by it or by its employees or agents. The Contractor shall maintain during the term of this contract liability insurance issued by a responsible insurance carrier of not less than $1,000,000 per specialty per occurrence, $3,000,000 aggregate. The Government assumes no responsibility for negligent acts of either the contractor or his/her employees; therefore, the contactor is responsible for obtaining professional liability insurance.� The contractor shall hold harmless and indemnify the government against any or all loss, cost damage, claims, expense or liability whatsoever resulting from performance of this blanket purchase agreement. Contractor shall hold the Federal Government and its agents for the Oklahoma Area Indian Health Service and the government body immune from civil or professional liability for all acts related to quality care management and enforcement of this blanket purchase agreement. 3.�������� KEY DELIVERABLES The contractor shall provide LPN�s for the Oklahoma City Area Indian Health Service (OCAIHS) Federal sites.� These services are to be provided Monday through Friday, occasionally some weekends for the Health Centers and Sunday- Saturday 8 and 12 hour day and/or night shifts for the Hospitals. Licensed practical nurses shall provide the following services: A.�������� Performs direct patient care, vital signs, scheduling, greeting patients and visitors, courteously, answering inquiries or requests, and directing them to the appropriate staff, room or department.� LPN shall screen for health measures, obtain medication from Pharmacy and administer to patient within their scope of practice.� Immunizations for pediatric and adult patients, preparing the patient for the Provider visit and managing the Providers scheduled patient load on a daily basis. B.�������� Obtains medical records for appointment prior to patients� arrival.� Checks the charts for completeness and places the necessary forms in the chart; updates the patient�s medical history if it is out of date, i.e. patient allergies, etc.� Files reports in the patient�s chart and enter electronic information into Electronic Health Record. C.������� Ensures that a Consent for treatment has been obtained from the patient prior to any invasive procedure D.������� Interviews patients and obtains sufficient information necessary to determine primary need.� Provides assistance or makes referrals if necessary to appropriate personnel when matter is outside of employee�s scope of assignment. Assures that patients are properly checked/logged into the clinic and patient forms are initiated using the automated system utilized by the facility. E.�������� Nurse shall follow standing orders to provide electronic order entry for patient visit.� Directs patient to testing areas, i.e. laboratory, x-ray, etc., as previously ordered by physician. F.�������� Reviews documents such as consultations, referrals and reports and forward to the appropriate physician or nurse. G.������� Monitors the clinic flow of patients for those who become increasingly ill, agitated or who have been waiting for a long period of time. H.������� Checks patients out in EHR/RPMS; ensures contact information is obtained when needed and that there is a Release of Medical Information form for patients being referred to outside facilities as per protocol. I.��������� Routes correspondence appropriately to the patient via mail, fax, computer according to HIPPA regulations in regard to pre appointment letters, cancellations and no show letters. J.�������� Arranges for various clinic appointments utilizing the EHR/RPMS/GUI appointment system. K.�������� Assists patients in contacting patient care services, i.e. Benefits Coordinator, Contract Health, etc. L.�������� Coordinates clinic scheduling, ensures that appropriate time slots are provided for each of the specialty clinics. M.������� Provision of all Nursing duties as provided for in the LPN scope of practice N.������� Participates in clinic staff meetings, in-service and educational programs O.������� Provides proper and adequate services for patient care in accordance with standard of nursing practices and shall be equal in quality to services normally performed for the general public in a Joint Commission of Accreditation for Healthcare Organization accredited facility.� P.�������� Performs other duties as assigned. Q.������� Shall see patients on an as-needed basis in other departments. 3.1������ DATA ENTRY COMPENTENCY a.�� LPN�s shall be proficient in documentation in the IHS Electronic Health Record (EHR) and shall be responsible for entering appropriate data in the IHS EHR.� The government will provide appropriate training on all applicable system(s). The LPN�s shall be responsible for completing all required training for usage of required clinical packages prior to their first scheduled tour of duty. b.�� LPN�s shall possess the proficiency to accurately and appropriately utilize E-mail, and enter/retrieve patient data in any and all EHR clinical application packages pertinent to the services being performed, such as Health Summary, Vitals, OERR (CPRS), and Text Integration Utility (TIU). c.�� LPN�s shall complete and electronically sign their encounter orders and progress notes daily within the parameters or requirements set forth in the local medical center policy. d. All medical records entries shall be complete and signed by the attending physician.� Signatures shall be legible, with the name printed clearly below the signature to make certain signatures can be read.�� Receiving Reports for time periods worked SHALL NOT BE COMPLETED until Medical Records has reviewed chart entries and certifying he/she has completed all required information and signatures are completed. e. Before departing the contract, the locum company shall report to the Contracting Officer that all medical record entries have been completed.� If medical records are not complete, the last invoice will not be paid until the registered nurse has completed the medical records entries.� 4.�������� PROFESSIONAL QUALIFICATIONS Nurses shall have a Practical Nursing Diploma from a Vo-Tech school. All nurses shall possess a current, valid, unrestricted LPN license within the Continental United States throughout the term of this contract. Nurses shall possess a valid state driver�s license throughout the duration of this contract. Nurses shall have the physical�� ability to perform assigned tasks, are able to lift fifty (50) pounds and are able to stand and walk for extended periods of time. 4.1������ IMMUNIZATIONS LPN�s shall provide the following immunization documentation (vaccinations are to be complete prior to assignment and will not be administered by the Government): ����������� Immunity to Rubella, Mumps, Measles ����������� Influenza vaccine (Annually) ����������� Immunity to Hepatitis A and B (A signed delineation of the Hepatitis B vaccination series will be accepted) ����������� History of chicken pox disease or positive titer ����������� Tetanus Diphtheria (Td) within the last 5 years ����������� Documentation of receiving a TB skin test (PPD) within the past 12 months with documentation of follow-up for a positive test. 5. ������� GOVERNMENT CONTRACT PERFORMANCE REVIEW The Contractor shall meet standards as listed in the Federal Code of Conduct.� The Government reserves the right to examine and or re-examine any Contractor who fails to meet the criteria. Substantiated reports dealing with patient safety, infection control, or other procedure that adversely affects patient outcome constitutes a breach of contract. Although a nonpersonal services requirement, the Government will evaluate the quality of professional and administrative services provided and record in the Contractor Performance Assessment Reporting System (CPARS).� Quality assurance methods will include both written and verbal feedback from the Contracting Officer�s Representatives (COR), Project Managers, staff and patients.� Technical and Quality oversight will be provided by the Department Manager/House Supervisor. Should the Government be made aware of a critical or major nonconformance matter the contractor will be given the opportunity to remedy. The Contractor shall immediately report to the Contracting Officer Representative (COR) any information or circumstances that may violate any statute, policy, or procedure. 6.� ������ PROPER INVOICING PROCEDURES Invoicing shall be submitted on a monthly basis only.� In order to be paid in a timely manner, all invoices shall contain information as defined in Federal Acquisition Regulation 32.905, Payment Documentation and Process. WAGE DETERMINATIONS APPLY: 2015-5313 2015-5315 2015-5317 2015-5327
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/56a4013eef4a437aa1dedeaf840be609/view)
- Place of Performance
- Address: Oklahoma City, OK 73114, USA
- Zip Code: 73114
- Country: USA
- Zip Code: 73114
- Record
- SN07048215-F 20240503/240501230037 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |