REGISTER NURSE - INFECTION CONTROL
Process Number IHS1442789
Dates:
IHS1442789
Department/Ind. Agency:HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier:HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub Command:NAVAJO AREA INDIAN HEALTH SVC
Office:NAVAJO AREA INDIAN HEALTH SVC
General Information:
(utc-07:00) mountain standard time, denver, usa
Updated Published Date:(utc-07:00) mountain standard time, denver, usa
Original Published Date:0000-00-00 00:00:00
Original Response Date:dec 27, 2021 02:00 pm mst
Inactive Policy:manual
Original Inactive Date:dec 27, 2021
Initiative:- None***--***
Classification:
q401 - medical- nursing
NAICS Code:561320 - temporary help services
Description:
SOLICITATION FOR RN (INFECTION CONTROL) Flexible Schedule This synopsis/solicitation notice is a request for proposals for a Non-Personal Service Contract for a Contractor to provide registered nurse (Infection Control) services to the Quality Services Department, Northern Navajo Medical Center, Highway 491 North, Shiprock, New Mexico, 87420 - Navajo Area Indian Health Service (IHS) throughout the duration of the contract period of performance. Services shall be performed in accordance wit the attached Performance Work Statement (PWS). Refer to the PWS for Shift hours and the Position Description for specific duties. The assignment is through the stated period of performance or until the position is filled with a permanent hire. In such instances, the nurse will be released from contract assignment. There is one vacant position(s) to fill with contract nurses(s). One Contract nurse shall occupy a vacant position at any given time during the Period of Performance. There shall be no overlapping of coverage in respect to vacant positions. PERIOD OF PERFORMANCE: The Government intends to award a firm fixed priced contract for POP Date of Award -6 months with possible extension. The Contractor shall provide an all-inclusive rate, and is responsible for all costs associated with providing said services, i.e. travel, per diem, lodging/housing, etc. The Contractor shall be responsible for housing. EVALUATION CRITERIA: The Government reserves the right to issue a single award or multiple awards to contractor(s) whose quote represents the best value as defined by FAR 2.101. In determining best value, Price and other Evaluation Factors will be considered: Past Performance, Experience, and Qualifications of the provider. The Nurse shall be required to float to other units on an as needed basis after completing a float competency checklist. The Evaluation Factors and significant sub factors when combined are significantly more important than cost or price. As part of the evaluation process, candidates may be interviewed to ensure their understanding of the PWS and to verify their qualifications to perform required services. The socio-economic status of an offer may also be considered, should one or more quotes represent the best value. SUBMITTAL PROCESS: To be considered for award, your offer shall include the following documents: Pricing: Complete and sign Pricing Schedule (attached). The Government will consider competitive rates upon negotiation. PROVIDE A RATE THAT WILL ALLOW YOU TO RECRUIT NURSES THROUGHOUT THE CONTRACT PERIOD. NNMC will consider competitive rates upon negotiation, and will obligate funding on a quarterly basis. Provide complete Candidate Profile: Curriculum vitae, resumes, licensures, phone number, email address and all relative documents for proposed candidates. Provide evidence of the nurse experience of comparable scope and complexity in providing services within the past three (3) years. Provide evidence of the Contract Company’s Past Performance of comparable scope and complexity in providing services within the past three (3) years. **Email offer directly to: Verni Harrison-Yazza, 505-368-7031, verni.harrison-yazza@ihs.gov, Cornelius Tsipai email: cornelius.tsipai@ihs.gov. Questions may be submitted in writing via email 3 days prior to RFQ Closing Date. PRE-SECURITY/FINGERPRINTING CLEARANCE: The selected provider shall comply with Agency Personal Identity Verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) Guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201; this includes fingerprinting guidelines. Pre-Security/Fingerprinting must be cleared prior to starting tour of duty and incurring costs. If nurse is selected, then the Contractor and provider shall provide the following Pre-Security/Fingerprinting documents. Complete Resume – must Demonstrate Infection Control Experience OIG Clearance Licenses/Certifications (ACLS, PALS, BLS, TNCC, Diplomas etc.) Copy of school transcripts Declaration of Federal Employment (Typed/Original Signature) Child Addendum (Typed/Original Signature) OFI Form 86C The selected Contractor's nurse(s) will be subject to a pre-employment fingerprint check and background investigation. The selected Contractor's nurse(s) are required to acquire pre-security and fingerprint clearance prior to beginning their tour of duty and incurring costs.
Attachments / Links:
| Document | Size | Updated date | Download |
|---|
Contact Information:
PO BOX 9020
WINDOW ROCK , AZ 86515
USA
Primary Point of Contacts:Verni Yazza
Secondary Point of Contact:Carnelius Tsipai