Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23, 2001 PSA #2921
SOLICITATIONS

Q -- TEMPORARY REGISTERD NURSE SERVICES

Notice Date
August 21, 2001
Contracting Office
Dept. of Veterans Affairs Medical Center, 10000 Brecksville Road, Brecksville, OH 44141
ZIP Code
44141
Solicitation Number
RFQ 541-110-01
Response Due
August 28, 2001
Point of Contact
James N. Phillips, Jr, Contract Specialist, (440) 526-3030 ext 7444
E-Mail Address
Click here to contact the contracting officer via (james.phillips4@med.va.gov)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with 38 U.S.C. 8153 Expanded Sharing Authority and the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation 541-110-01 is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. This is a competitive procurement under the North American Industry Classification System (NAICS) Code 561320 and Small Business Size Standard of $10.0 Million per annum. The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (LSCDVAMC), intends to contract for Temporary Registered Nurse (RN) Service provided on-site at the LSCDVAMC, 10701 East Blvd., Cleveland, OH 44106, in accordance with the terms, conditions and schedule herein. Contractor shall provide two fulltime employee equivalent (FTEE) Licensed Registered Nurses to provide RN services on the medical/surgical wards of the LSCDVAMC. Offerors shall thoroughly review the specifications and be familiar with the area of coverage prior to submitting their offer in order to be fully aware of the services required. Failure to do so will not relieve the offeror from performing in accordance with the strict intent and meaning of the specifications without additional cost to the Government. The period of service shall be September 1, 2001 through October 30, 2001 (60 calendar days). Contractor shall provide pricing for both Regular hours of service and for Weekends, as contractor personnel shall be required to provide services on alternating weekends. Duties of Registered Nurses: The duties of each Registered Professional Nurse are as follows: Medical/Surgical Wards 1) Delivery of direct patient care; 2) Provide technical/professional direction for nursing care to nonprofessional nursing staff as assigned, and shall be accountable for reporting any concerns to the Charge Nurse; 3) Conducts patient assessments; 4) Administration of medications and observation of patients for therapeutic effects; 5) Performs patient treatment as ordered, and observe therapeutic effects; 6) Oral communication to the medical staff and written documentation in patient chart regarding nursing care given, assessment/observations made, and significant changes in patient's condition as indicated by VA policy; 7) Conducting change of tour reports; 8) Transcribing and verifying physicians orders; 9) Administration of intravenous fluids; 10) Administration of blood and blood products according to established protocols; 11) Providing patient and family teaching; 12) Initiating patient restraints as deemed necessary; 13) Facilitating patient discharges; 14) Administering and monitoring oxygen and related respiratory care according to patient needs and established procedure; 15) Assisting physicians with procedures; 16) Completing additional assignments as requested by the Charge Nurse. In addition, contract RN's shall have general knowledge of computers so as to be capable of performing and maintaining computer based patient records. Contract personnel shall receive eight hours of orientation training which will include computer based training and unit/ward orientation. Offerors shall have the necessary personnel available and prepared to begin service in accordance with this schedule. Contractor personnel providing service under the terms and conditions of this contract shall be required to rotate tours of duty as follows: a) Day shift 7:30 a.m. through 4:00 p.m.; Evening shift 3:30 p.m. through 12:00 midnight; Night shift 12:00 midnight through 8:00 a.m. In addition contract RN's shall be required to work 12 hour Flex tours, however, contractor personnel shall not be required to perform more than 40 hours of service per week. Contract personnel shall provide services per the work schedule as directed by the Nurse Manager. Contractor personnel shall not be required to work overtime, or on Federal holidays. The ten (10) holidays observed by the Federal Government are: New Year's Day, Dr. Martin Luther King Jr's Birthday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving, Christmas and any other day specifically declared by the President of the United States to be a national holiday. The VA reserves the right to terminate the employment of any contractor personnel that is determined to be a threat to the safety and normal operation of this facility and patient, staff and visitors. Contract personnel shall be held to the same standard of conduct of any VA employee. Qualifications: Personnel assigned by the Contractor to perform the services covered by this contract shall be a Licensed Registered Nurses in a State, Territory, or Commonwealth of the United States or the District of Columbia. The Qualifications of such personnel shall also be subject to review by the VA Chief of Staff and approval by the VA Facility Director or his/her designee. Documentation of current license for each agency RN providing service at the VA shall be made available for verification by the VA as well as all renewal licenses. The services specified herein may be changed by written modification to the contract. The modification will be prepared by the VA Contracting Officer and prior to becoming effective, shall be approved by the VA Medical Center Director or his/her designee. The services to be performed by the contractor shall be performed in accordance with VA policies, procedures, guidelines and the regulations of the LSCDVAMC. The contractor shall be required to provide proof of the following insurance requirements stated herein. The contractor shall be responsible for providing: worker's compensation; professional liability insurance; health examinations; income tax withholding; and social security payments. The parties agree that the contractor shall not be considered a VA employee for any purpose. A sign-in-sign-out log shall be maintained by the ward clerk. Contractor personnel shall sign-in upon arrival at the LSCDVAMC nursing unit, and sign-out upon departure. Review of the sign-in/sign-out shall be performed by the timekeeper, prior to payment of invoices to ensure hours requested are actual hours worked. Timekeeper shall make recommendations to the Contracting Officer's Technical Representative (COTR) with regards to hours of service provided by the contractor. Failure of contractor personnel to adhere to the above noted sign-in/sign-out requirements, may have adverse effect on the processing of invoices and delay payments. Also, failure to comply with the strict intent of the sign-in/sign-out procedures may be considered a breech of the contract and may be considered as grounds for default. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial items applies to this acquisition with the following changes, items (e) and (h) of the standard clause are deleted. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items Alternate III, with their offer (for provision reference Internet Web Site http://www.arnet.gov/far/loadmain52.html. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, with the following standard FAR and VAAR clauses incorporated as addendum to the clause: 52.217-8, which provides that the Government may exercise the option by written notice to the contractor within 30 calendar days; 52.232-19 (which provides that funds are not authorized past September 30 of any fiscal year, unless written authorization is received from the Contracting Officer), VAAR 852.219-70 (for provision reference Internet Web Site http://www.va.gov/oa&mm/vaar/vaartoc.htm) and 852.270-1. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alt II, 52.232-34, 52.222-42, and 52.222-42. Interested offerors may submit their proposals along with a completed copy of the provisions at 52.212-3 Offeror Representations and Certifications-Commercial Items, Alternate III and 852.219-70 Veteran-Owned Small Business on or before 4:30 p.m., August 28, 2001. Quotations may be provided to the Contracting Officer at the address above or by Fax at (440) 838-6052.
Record
Loren Data Corp. 20010823/QSOL001.HTM (W-233 SN50V5C6)

Q - Medical Services Index  |  Issue Index |
Created on August 21, 2001 by Loren Data Corp. -- info@ld.com