Combine Solicitation – U– Charge Nurse Training Program
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: U-- Charge Nurse Training Program
Classification Code: U - Education & training services
Solicitation Number: VA25616R0576
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address):
Place of Performance (zipcode): 77030
Place of Performance Country:
Description:
Houston VAMC
1. Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The commercial items procedures of FAR Part 12 will be used. Solicitation# RFP VA256-16-R-0576. This solicitation is issued as request for proposal (RFP).
2. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-87 (effective 04/06/16)
3. This is a Small Business Set Aside (SB). "Only proposals submitted by SB concerns will be accepted by the Government. Any proposal submitted by a contractor that is not a SB concern will not be considered for award".
4. Offer's business size certification and status will be verified in the System Award Management (SAM) and
5. NAICS code is 611710, size standard is
6. Place of Performance:
2002 Holcombe BLVD
7. Performance Period: 10 days After Receipt of Order (ARO)
8. All questions pertaining to this solicitation shall be submitted by
9. Proposals shall be emailed to [email protected] NO LATER THAN
10.
Statement of Work
For
Nurse Charge Training
1. Scope:
2. Background:
The responsibilities of assistant nurse managers and charge nurses vary widely and include making patient assignments, monitoring admissions and discharges, leading team huddles, resolving conflicts with patients, physicians, and team members, and training new nurses. As the responsibilities of nurse managers expands more and more emphasis is being placed on charge nurses to assume responsibility for quality outcomes and other performance measures. In addition, nurses take on the charge or assistant nurse manager role with no formal leadership development training.
By expanding the leadership and business capacity of its assistant nurse managers,
o deliver high quality, Veteran-centered care that compares favorably to the best of private sector,
o grow an organizational culture that engages and inspires employees to their highest possible level of performance and conduct, and
o foster an environment of continuous learning, responsible risk-taking, and personal accountability.
Developing the leadership, management, and interpersonal skills of nursing leaders at all levels is central to the
3. Description of Work
Course/Program Requirements
The contractor shall provide a curriculum which is healthcare/nursing-specific, evidence-based, and teach leadership concepts using real-world scenarios, case studies, video vignettes, and other activities. The curriculum shall focus on quality initiatives, patient safety (e.g., reduction of hospital-acquired conditions and other adverse patient events), patient experience of care, and core measure compliance is required to ensure that these critical measures are understood and reinforced by the charge nurse with all nurses on his or her team.
The courses shall provide professional and leadership development opportunities necessary for charge nurses to effectively lead their teams. Soft skills/leadership development topics shall include transitioning from peer to leader, critical thinking, communication, conflict management, leading change, delegation.
Each individual course shall be no more than four (4) hours in length.
The educational program shall allow flexibility in course selection to allow
VA Medical staff shall be able to modify the program for alignment with
To ensure that all participants receive a consistent learning experience, all necessary materials shall be provided as part of the program, including detailed instructor guides with full lesson scripts, participant workbooks, slide presentations, and supplemental course resources.
Courses shall be highly interactive, with an average of 70% interactive activity/discussion time and 30% didactic presentation. Each individual course shall be no more than four hours in length.
Courses shall have a formal evaluation methodology such as Kirkpatrick Four Levels Of Evaluation.
Contractor shall provide an automated system for gathering and reporting course evaluation and knowledge assessment data from participants.
Continuing Nursing Education (CNE) Requirement
Each course shall be approved for a minimum of three (3) continuing nursing education, or contact hours, recognized by the American Nurses Credentialing Center (ANCC).
Delivery Method and Schedule
The program shall be a packaged system administered by a
The contractor shall be able to provide a commercial off-the-shelf product that has been used and delivered, with prior success, to nurses in a health care setting. Course materials shall be shipped within 7 to 10 days After Receipt of Order (ARO).
Customer Support
Contractor shall be available to support and provide assistance to
A "train-the-trainer" program shall be delivered by the Contractor to prepare each facility-provided instructor to effectively present the curriculum and lead interactive activities and discussions.
Alignment to VHA Competencies and Strategic Initiatives
The curriculum shall complement the
All Employee Competencies Leadership Competencies
o Communication o Leading People
o Interpersonal Effectiveness o
o Critical Thinking o Leading Change
o Organizational Stewardship o Global Perspective
o Veteran and Customer Focus o Business Acumen
The courses shall equip charge nurses with improved decision-making, conflict management, and critical thinking skills necessary to leading a team that provides optimal patient-centered care and fostering a work environment that is conducive to improved retention of valuable nursing staff.
4. Evaluation Metrics
The contractor shall provide services for gathering and reporting of key training measures such as:
o Learner satisfaction
o Learning/knowledge attained.
o Impact of learning on the job.
o Business results (such as employee retention, improvement in quality measures, etc.)
5. Target Audience
The program/courses shall be appropriate for nurses who are new to the role, those who need to refresh their leadership skills, or those who have not had the benefit of formal leadership training.
6. Invoice and Payment
All invoices shall be submitted in arrears, properly prepared in accordance with FAR 52.212-4, contain sufficient details, and match with the service tickets for the work rendered.
a. Monthly Invoices
Invoices for fixed monthly fee shall be properly prepared and sent via OB10. Contractor shall register and submit invoices electronically via OB10. The website address for registering: WWW.OB10.COM .
Notes: On the right side of the screen, click on the (orange button that reads, REGISTER NOW)
THE PROMO CODE SO VENDOR DOESN'T GET CHARGED FOR INVOICES:VAPC7Y18
THE
Help Desk Number: 1-800-353-9791 or email: [email protected]
More information on OB10 invoicing is located http://www.ob10.com/us/en/veterans-affairs/.
These invoices shall be sent in arrears at the beginning of each month following the month in which the services were rendered and billed for. At a minimum, all invoices shall include the following details:
o Description of the services rendered
o Billing period in which the services were rendered
o Correct purchase order number which shall be issued by the Contracting Officer after the contract is awarded. Invoices without correct purchase order number shall be rejected and returned to the Contractor.
o Invoice number and date
o Item(s) covered (to include serial #s) by the PMI and covered period of service.
Payments shall be made in accordance with the Prompt Payment Act out of the Government's annual appropriated funds obligated in a purchase order which shall be issued after the contract is awarded.
11. Price/Cost Schedule:
Price shall be provided in accordance with the following format below:
ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001 Contractor shall provide Charge Nurse fundamentals (3.5 CNE) /1
Contract Period: Base
POP: 10 Days After Receipt of Order (ARO)
4.00 EA __________________ __________________
0002 Contractor shall provide Critical Thinking for Charge Nurses (3.5 CNE) /1
Contract Period: Base
POP: 10 Days After Receipt of Order (ARO)
4.00 EA __________________ __________________
0003 Contractor shall provide Leading Change in a Dynamic Climate (3.5 CNE) /1
Contract Period: Base
POP: 10 Days After Receipt of Order (ARO)
4.00 EA __________________ __________________
0004 Contractor shall provide Supervisory Skills for Positive Outcomes (3.5 CNE) /1
Contract Period: Base
POP: 10 Days After Receipt of Order (ARO)
4.00 EA __________________ __________________
0005 Contractor shall provide Employee Engagement and the Patient Experience (3.5 CNE) /1
Contract Period: Base
POP: 10 Days After Receipt of Order (ARO)
4.00 EA __________________ __________________
0006 Contractor shall provide Instructor Training
Contract Period: Base
POP: 10 Days After Receipt of Order (ARO)
3.00 EA __________________ __________________
GRAND TOTAL __________________
12. CONTRACT CLAUSES/SOLICITATION PROVISIONS
The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition.
The provision at 52.212-2 EVALUATION-COMMERCIAL ITEMS (
All offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items.
The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement. The addendum to FAR 52.212-4 also applies to this acquisition.
The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and all additional FAR clauses cited in the clause are applicable to the acquisition.
Addendum to FAR 52.212-4 - Show FAR clauses followed by VAAR clauses in numeric order.
List all clauses incorporated by reference in numeric order under 52.252-2 (see below), starting first with FAR and followed by VAAR.
13. FAR CLAUSES
1. 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (
2. 52.217-8 OPTION TO EXTEND SERVICES (
3. 52.219-6, Notice of Total Small Business Set-Aside (
4. 52.219-13 Notice of Set-Aside of Orders (
5. 52.232-18 AVAILABILITY OF FUNDS
6. 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (
7. 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (
8. 52.237-3 CONTINUITY OF SERVICES
9. VAAR CLAUSES
1. 852.203-70
The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the
2. 852.232-72 Electronic Submission Of Payment Requests (
(a) Definitions. As used in this clause-
(1) Contract financing payment has the meaning given in FAR 32.001.
(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).
(3) Electronic form means an automated system transmitting information electronically according to the
Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests.
(4) Invoice payment has the meaning given in FAR 32.001.
(5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.
(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.
(c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following:
(1)
(2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the
(d) Invoice requirements. Invoices shall comply with FAR 32.905.
(e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the
(1) Awards made to foreign vendors for work performed outside
(2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information;
(3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;
(4) Solicitations or contracts in which the designated agency office is a
(5) Solicitations or contracts in which the
3. 852.237-70 Contractor Responsibilities (
The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the
(End of Clauses)
10. LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (
This solicitation includes FAR 52.219-6 VA Notice of Small Business (SB) set aside. SB registration will be verified in System Award Management (SAM) and
11. Addendum to FAR 52.212-1INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS
Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.
The following provisions are incorporated into 52.212-1 as an addendum to this solicitation.
(a) General Instructions:
1. The Government plans to make an award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if it is determined to be necessary.
2. Price proposals and technical proposals of each offeror will be evaluated independently. Offerors shall separately bind each. All copies shall therefore be labeled with the offerors name, business address, and VA Solicitation Number.
3. The response shall consist of two (2) separate parts; Part I - Price proposals, Part II - Technical proposals.
(b) Specific Instructions:
1. PART I - Price Proposal - Submit one (01) original
a. Price/ Cost schedule completed by the signatory authority and any Amendments.
2. PART II - Technical Proposal - Submit one (01) original.
a. The Offeror, shall submit one (01) original detailed technical proposal in a format that clearly addresses the technical evaluation factors below.
b. Each response shall address each factor in the sequence listed and clearly identify which factor is being addressed.
c. There shall be no mention of costs in the Technical Proposal.
3. Proposals shall be emailed to [email protected] NO LATER THAN
4. Offeror's business size certification and status will be verified in the System Award Management (SAM), and
5. All Questions shall be submitted no later than
6. EVALUATION FACTORS FOR AWARD
The Government will award a contract on the basis of the lowest priced technically acceptable proposal meeting or exceeding the acceptable standards for non-cost factors. The following factors shall be used to evaluate offers:
Factor 1: Technical
Factor 2: Past Performance
Factor 3: Price
Pass: Contractor submitted a technical proposal that addressed each of the of the Technical Sub factors listed below.
There are no significant weaknesses
Fail: Contractor failed to submit a technical proposal that addresses the Technical Sub factors.
12. Addendum to FAR 52.212-1 - Show full text FAR provisions followed by VAAR provisions in numeric order. List all provisions incorporated by reference in numeric order under 52.252-1 (see below), starting first with FAR and followed by VAAR.
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (
http://www.va.gov/oal/library/vaar/index.asp (VAAR)
1. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (
2. 52.216-1 Type of Contract (
The Government contemplates award of a Firm Fixed Price service contract resulting from this solicitation
13. VAAR PROVISIONS
1. 852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference (
2. [Contracting officer shall list all FAR and 48
3. 852.270-1 Representatives Of Contracting Officers (
The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor.
(End of Provision)
14. 52.212-2 Evaluation-Commercial Items (
The Government will award a contract on the basis of the lowest priced technically acceptable proposal meeting or exceeding the acceptable standards for non-cost factors. The following factors shall be used to evaluate offers:
Factor 1: Technical
Factor 2: Past Performance
Factor 3: Price
Factor 1: Technical
Pass: Contractor submitted a technical proposal that addressed each of the of the Technical Sub factors listed below.
There are no significant weaknesses
Technical Sub factors:
Sub factor 1: The curriculum shall be healthcare/nursing-specific, evidence-based, and teach leadership concepts using real-world scenarios, case studies, video vignettes, and other activities.
Sub factor 2: The courses shall provide professional and leadership development opportunities necessary for charge nurses to effectively lead their teams. Topics must specifically include:
o Transitioning from peer to leader
o Critical thinking
o Communication
o Conflict management
o Leading change
o Delegation
Sub factor 3: The courses shall be highly interactive, with an average of 70% interactive activity/discussion time and 30% didactic presentation.
Sub factor 4: Each course shall be approved for a minimum of 3 continuing nursing education, or contact hours, recognized by the American Nurses Credentialing Center (ANCC). Documentation verifying approval shall be submitted with contractor's proposal.
Sub factor 5: The program shall use Kirkpatrick's Four Levels of Evaluation to measure the success of the program.
Sub factor 6: The Contractor shall have, and provide, an automated system for gathering and reporting course evaluation and knowledge assessment data from participants.
Sub factor 7: A train-the-trainer/facilitator program shall be delivered by the Contractor to prepare each facility-provided instructor to effectively present the curriculum and lead interactive activities and discussions.
Sub factor 8: Course materials shall be shipped 7 to 10 days After Receipt of Order (ARO).
Sub factor 9: The program shall be modifiable by VA Medical instructors for alignment with
Factor 2: Past Performance
(A). In this factor, Past Performance will be evaluated for responsibility purposes only. Offeror's demonstrating past performance of work of a similar nature and relevance to this procurement within the past three (3) years. Offeror shall utilize the attached Past Performance Questionnaire.
(B). Past Performance: The Offeror shall send out the attached past performance questionnaire to each of their references. The Government will evaluate the quality and extent of Offeror's performance deemed relevant to the requirements of this solicitation. The references shall return the past performance questionnaire directly to the Government Contract Specialist listed on the past performance questionnaire via email by the due date of proposals. The government will use information submitted by the Offeror's and other sources such as other Federal government offices and commercial sources to assess performance.
(C). Offeror's should follow-up and encourage references to return the questionnaires to the Contracting Specialist in a timely manner.
The government will review available past performance data in PPIRS. However, the government reserves the right to obtain past performance information from any available sources and may contact customer other than those identified by the offer when evaluating past performance.
Note: Offeror's with no relevant past performance history will not be evaluated favorably or unfavorably on past performance.
Factor 3: Price
(A). In this factor, price will be evaluated for reasonableness and fairness by comparing proposals against each contractor submitted proposal, and the government independent cost estimate.
(B) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
DELIVERABLES:
1. Technical Proposal adhering to the Technical factor and technical sub factors listed above.
Link/URL: https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/VA25616R0576/listing.html



Rock Creek Fire District Trying Levy Boost Again
Advisor News
- Flexibility is the future of employee financial wellness benefits
- Bill aims to boost access to work retirement plans for millions of Americans
- A new era of advisor support for caregiving
- Millennial Dilemma: Home ownership or retirement security?
- How OBBBA is a once-in-a-career window
More Advisor NewsAnnuity News
- 2025 Top 5 Annuity Stories: Lawsuits, layoffs and Brighthouse sale rumors
- An Application for the Trademark “DYNAMIC RETIREMENT MANAGER” Has Been Filed by Great-West Life & Annuity Insurance Company: Great-West Life & Annuity Insurance Company
- Product understanding will drive the future of insurance
- Prudential launches FlexGuard 2.0 RILA
- Lincoln Financial Introduces First Capital Group ETF Strategy for Fixed Indexed Annuities
More Annuity NewsHealth/Employee Benefits News
Life Insurance News
- Private placement securities continue to be attractive to insurers
- Inszone Insurance Services Expands Benefits Department in Michigan with Acquisition of Voyage Benefits, LLC
- Affordability pressures are reshaping pricing, products and strategy for 2026
- How the life insurance industry can reach the social media generations
- Judge rules against loosening receivership over Greg Lindberg finances
More Life Insurance News