Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2004 FBO #0771
SOLICITATION NOTICE

Q -- Nurse

Notice Date
1/5/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 2 CONS, 841 Fairchild Ave Ste 205, Barksdale AFB, LA, 71110-2271
 
ZIP Code
71110-2271
 
Solicitation Number
FA460804QS038
 
Response Due
1/15/2004
 
Archive Date
1/30/2004
 
Point of Contact
TSgt Curtis Reid, Contract Specialist, Phone 318-456-2346, Fax 318-456-3294, - SSgt Ben Hackenberg, Contract Specialist, Phone 318-456-2203, Fax 318-456-3294,
 
E-Mail Address
curtis.reid@barksdale.af.mil, ben.hackenberg@barksdale.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
SECTION C-1 GENERAL 1.1. SCOPE OF WORK. The Contractor shall provide nursing personnel to give nursing care in the Specialty Clinic for Government beneficiaries. The Specialty Clinic includes services for Orthopedic, Gynecological, General Surgery, and ENT patients. The Contractor shall provide care at Barksdale AFB, also referred to as the "medical treatment facility" (MTF) herein. Contractor shall furnish all labor, management, supervision, teaching, consultations and reports, except as provided in Section C-3. Contractor care shall cover the range of services provided in a civilian medical treatment facility. Performance shall be according to the requirements contained in this performance work statement (PWS), and professional standards of the Joint Commission on Accreditation of Healthcare Organization 1.2. PERSONNEL. 1.2.1. POINT OF CONTACT. The Contractor shall provide a point of contact who shall be responsible for the performance of the work. The point of contact shall have full authority to act for the Contractor on all matters relating to the daily operation of this contract. The point of contact may be a provider providing care in accordance with this PWS. The Contractor shall designate this individual, in writing, to the Contracting Officer (CO) before the contract start date. An alternate may be designated, but the Contractor shall identify in writing those times when the alternate shall be the primary point of contact. 1.2.2. AVAILABILITY. The Contractor shall provide a point of contact who shall be available via telephone Monday through Friday, 0730 until 1630 excluding federal holidays. 1.2.3. ARRANGE FOR REPLACEMENT STAFF. The point of contact shall arrange for pre-credentialed back up nurses for coverage when primary nurse will be unable to provide services for one (1) or more consecutive scheduled shifts. 1.2.4. WORK ROSTER. The point of contact shall provide a list by date and time with individual provider names for those days the Contractor shall be providing services. This list shall be provided to the government (there are no QAEs in a purchase order; they are called inspectors)Quality Assurance Evaluator (QAE) by the 20th of each month of the preceding month. Proposed work schedule changes shall be submitted to the government at least 48 hours in advance. 1.2.5. CONTINUITY OF SERVICES. The Contractor shall ensure that qualified backup nurses are available to provide coverage during scheduled and unscheduled absences to primary contract nurses. Contractor shall be paid for actual number of hours worked. 1.2.6. PERSONNEL REQUIREMENTS. 1.2.6.1. ENGLISH LANGUAGE REQUIREMENT. Personnel shall be able to read, understand, speak, and write English. 1.2.6.2. CRIMINAL BACKGROUND INVESTIGATION REQUIREMENT: Mandatory. 1.2.6.2.1. The Government will conduct criminal background investigations on individuals providing child care services under this contract, using the procedures set forth in Department of Defense Instruction 1402.5 dated 19 January 1993. Entire instruction. Background investigations will be based on fingerprints of individuals obtained by a Government law enforcement officer and inquiries conducted through the Federal Bureau of Investigation (FBI) and state criminal history repositories. 1.2.6.2.2. With the prior consent of the Contracting Officer, contract nurses may provide contract services before completion of background investigations. However, at all times while children are in the care of that individual, the contract nurse shall be within sight and continuous supervision of a staff person, whose background investigation has been completed, a chaperone, or parent/guardian. 1.2.6.2.3. Contract nurses shall have the right to obtain a copy of any background investigation pertaining to themselves and to challenge the accuracy and completeness of the information contained in the report. 1.2.6.2.4. Contract nurses who have previously received a background investigation shall provide proof of the investigation or obtain a new one to the Contracting Officer or otherwise submit to a new investigation. 1.2.7. PERSONNEL APPEARANCE: Contractor personnel shall present a neat appearance and be easily recognized as Contractor employees. Contract employee will be required to wear a hospital badge at all times. The employee may wear scrubs, nursing uniforms, or conservative civilian attire. 1.2.8. CONFLICT OF INTEREST. The Contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. The Contractor shall not employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives approval in accordance with DOD Directive 5500.7 and Air Force policy. 1.3. PRIVILEGING REQUIREMENTS. 1.3.1. PRIVILEGING. The credentials of all nurses shall be reviewed and privileges granted as outlined in AFI 44-119, Quality Assurance and Risk Management in the Air Force Medical Service. The Contractor is responsible to ensure that proposed staff possesses the requisite credentials enabling the granting of privileges by the MTF sufficient to allow for performance of all tasks identified in this PWS. 1.3.2. Initial applications for clinical privileges, to include credentials action history, malpractice history, and completed copies of the below listed documents, shall be submitted to the MTF Credentials Committee 30 calendar days from receipt of notice of contract award, or when requested by the QAE. Additionally, the Contractor shall make all proposed health care providers available for interview by the MTF during the credentialing process. a. Copy of valid, current, unrestricted Louisiana nursing license. b. Provider education and training. c. Current Basic Life Support (BLS). d. Current certification in Neonatal Resuscitation Program (NRP), if applicable. e. A signed consent for release of information. f. Copy of Drug Enforcement Agency (DEA) certificate, if applicable. g. A copy of the proposed contract provider?s professional resume, accompanied by that individual?s sworn affidavit of the truthfulness of same, indicating experience, training, and technical expertise in the type of care to be rendered. h. A list of all states in which contract provider currently holds or has held a license to practice related services. i. Certification of current physical examination for each employee. The certification shall contain a signed statement by the examining physician stating that the employee is free of any contagious diseases. Physical examination must be current as of 12 months prior to application for privileges. 1.3.3. Applications for privileges will be screened through the National Practitioners Data Bank. 1.3.4. Professional staff appointments and clinical privilege actions will be based on review of documents listed in paragraph 1.3.2., in accordance with AFI 44-119. Reappointment shall occur not less than every two years, in accordance with AFI 44-119. 1.3.5. Applications for clinical privileges for replacement contract providers shall be submitted to the MTF Credentials Committee through the government inspector where services are to be provided not later than 30 calendar days prior to the provider assuming duty. The credentials requirements are the same as those identified for the primary provider in para. 1.3.2 above. 1.3.6. The Contractor shall begin full performance of the contract requirements within 60 days after contract award. It is absolutely critical that privileges be granted to a sufficient number of contract providers to meet the contract requirements by the commencement date. 1.3.7. The Contractor shall submit only complete credentials applications for processing. Incomplete applications (those that do not fully comply with the requirements) will not be accepted by the Government and will be returned without action. 1.3.8. The Contractor shall take specific action, including Primary Source Verification, to ensure that contract provider applications have the required prerequisites for privileging and do not have disqualifying impediments for privileges at the MTF. This is a non-delegatable responsibility of the Contractor. 1.3.9. The Contractor shall submit applications for only those contract nurses who can reasonably be anticipated to render the actual, substantial performance on the contract. The submission of primary contract nurses for credentialing who lack the requisite qualifications, or who will not work at all, is unacceptable and will be considered a failure to perform. 1.4. REVIEW OF CREDENTIALS PACKAGES. The Government reserves the right to limit the number of credentialing packages it will evaluate. 1.5. DENIAL/TERMINATION OF PRIVILEGES. 1.5.1. Actions to limit, suspend, or revoke clinical privileges shall be in accordance with the procedures outlined in AFI 44-119. 1.5.2. The Contracting Officer will notify the Contractor when it becomes necessary to exercise such authority . 1.6. EDUCATION AND TRAINING REQUIREMENTS. 1.6.1. FORMAL EDUCATION. The contractor shall provide registered nurses who have graduated from a National League of Nursing Accredited institution acceptable to the US Air Force Surgeon General. 1.6.2. LICENSE/REGISTRATION. The nurse shall possess a valid unrestricted license to practice nursing from Louisiana. Maintenance of current licensure by the Louisiana State Board of Nursing is mandatory. Maintenance of currency in Basic Life Support is mandatory. 1.6.3. EXPERIENCE. The contractor shall have provided ambulatory nursing services for a minimum of 12 months within the past 36 months. 1.7. HEALTH REQUIREMENTS: 1.7.1. Contract personnel providing services under this contract shall receive a pre-employment physical examination prior to commencement of work. Health care nurses shall report to the contractor?s physician to receive a pre-employment examination and immunizations/shots prescribed by the MTF. 1.7.2. Not later than five (5) working days prior to commencement of work, certification shall be provided to the Contracting Officer indicating nurses have completed medical evaluation required above. This certification shall state the date on which the examination was completed, the doctor's name who performed the examination, and a statement concerning the physical health of the individual. The certification shall also contain the following statement: "(name of contract employee) is suffering from no contagious diseases to include but not limited to Tuberculosis, Hepatitis, and Venereal Disease." 1.7.3. All contract nurses who will have occupational exposure to blood or body fluids, or other potentially infectious materials, shall receive Hepatitis B vaccine, sign a voluntary declination, or have documented proof of immunity to Hepatitis B infection. Personnel who sign declinations may change their minds at anytime and receive the Hepatitis B vaccine without penalty. 1.7.4. Contractor's shall report to the appropriate MTF staff development member all information necessary to assure hospital records can be maintained correctly, and therefore comply with the Joint Commission on Accreditation of Healthcare Organizations, Occupational Safety and Health Administration, and Center for Disease Control health records requirements. 1.8. EMERGENCY HEALTH CARE. The MTF will provide emergency health care for contract nurses for injuries occurring while on duty in the MTF. These services will be billed to the Contractor at the current full reimbursement rate. 1.9. HOURS OF OPERATION. MTF hours of operation are from 0730-1630, Monday through Friday. 1.10. ON CALL/AFTER DUTY RESPONSE TIME. No call duties 1.11. FEDERAL HOLIDAYS. The clinic is closed on all federal holidays. Contract nurses will not be required to work any federal holidays. 1.12. INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE. The Contractor shall provide and maintain adequate liability insurance coverage consistent with the risks associated with the performance of all services required by this PWS. Refer to Federal Acquisition Regulation (FAR) Clause 52.237-7, "INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE". 1.13. MEDICAL QUALITY ASSURANCE/RISK MANAGEMENT (QA/RM). 1.13.1. Health care nurses shall participate in QA/RM activities to the extent required by AFI 44-119 and the individual MTF QA/RM plan or regulation. 1.13.2. The Government will evaluate the provider's professional, as differentiated from administrative, performance under this contract using quality assurance standards specified in AFI 44-119. Nothing in this paragraph precludes the Government from also conducting inspections under the Inspection of Services clause. 1.14. ORIENTATION. The Contractor shall ensure that all contract nurses participate in the MTF orientation procedures for newly assigned nurses to include regulations specific to their professional specialty and hospital and Air Force policy and procedures. 1.15. CONTINUING MEDICAL EDUCATION (CME) REQUIREMENTS. Health care nurses registered or certified by national/medical associations shall continue to meet the minimum standards for CME to remain current as prescribed in AFI 41-117. CME shall be obtained at no additional cost to the Government and shall be reported to the government annually (will not have an annual requirement if this is a one-year purchase order) on the first normal duty day in January for the previous calendar year. Periodic CME may be conducted at the MTF and will be available, at no cost, to any health care provider desiring to attend. 2. GOVERNMENT FURNISHED PROPERTY AND SERVICES 2.1. GENERAL. The Government will provide the following equipment, supplies, and services listed below: 2.2. EQUIPMENT. The provider shall have <joint> use of all available equipment for performing services required by this contract. 2.2.1. PAGER. No pager required. 2.2.2. PERSONAL PROTECTIVE EQUIPMENT (PPE). The Government will furnish contractor with appropriate PPE. The Government will be responsible for any repair, cleaning and inventory required for the PPE. This does not include any type of uniform or laboratory coat. 2.3. FORMS. The MTF will provide required Government forms used in the performance of services. 2.4. SUPPLIES. The MTF will provide medical and non-medical supplies commonly used in the facility for the care and management of patients. TECHNICAL EXHIBIT 1 HISTORICAL DATA The following data is provided for information only. a. Present department staff consists of: 2 General Surgeons 2 Women?s Health Nurse Practitioners 1 Orthopedic physician 5 ENT physicians 5 medical technician 1 LPN 2 RNs 3 Receptionist/clerk b. No admissions for last 12 months: outpatient clinic only. c. Outpatient visits for last 12 months: 1,000 per month/12,000 year TECHNICAL EXHIBIT 2 ESTIMATED PROCEDURES DATA The following work load data represent the Government's best estimate of the volume of work shown for each item listed. This exhibit is not intended to cover all of the work load items, but lists the major categories of work. Payments will not be made for any variation in the estimated quantities listed. PROCEDURES ESTIMATED QUANTITY Injections (administration of Medication) 120 Dressing Changes 120 Applies casts/splints 100 Assist with Vasectomies 60 Assist with Flexible Sigmoidoscopies 100 Assist with Colposcopy 250 Assist with IUD insertion/removal 60 Assist with Endometrial/Vulvar/shave biopsies 100
 
Place of Performance
Address: Barksdale AFB, LA
Zip Code: 71110
Country: USA
 
Record
SN00498333-W 20040107/040105211648 (fbodaily.com)
 
Source
FedBizOpps.gov 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.