REQUEST FOR PROPOSAL. RPMS EHR Lab Consultant Project NISQUALLY INDIAN TRIBE

Similar documents
REQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS

Stephenson County, Illinois

Sullivan County RFP for HVAC Maintenance Page 2 of 5 April 14, 2016

REQUEST FOR PROPOSAL #6370 FLEET VEHICLE MAINTENANCE SERVICES FOR WASHTENAW COUNTY

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

CITY OF BONITA SPRINGS, FLORIDA RFP #

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

Request for Proposals. Consulting Services for Extension of High-Speed Internet Service/Hub Station For. City of Ellsworth

Gasparilla Island Bridge Authority REQUEST FOR PROPOSALS LANDSCAPE SERVICES

FLORIDA KEYS AQUEDUCT AUTHORITY 1100 Kennedy Dr. Key West, FL REQUEST FOR QUALIFICATIONS (RFQ) FOR

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN

Prepared by: Public Works Department 210 West River Rd. Hooksett, NH (603) REQUEST FOR PROPOSAL

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT Request for Qualification

AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR

PEST CONTROL SERVICES AGREEMENT REQUEST FOR QUOTE (RFQ)

Attachment A: Terms and Conditions RFx Bid Opening: 07/06/2016

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

INLAND VALLEY DEVELOPMENT AGENCY REQUEST FOR PROPOSALS (RFP) FOR PAYROLL SERVICES

REQUEST FOR PROPOSAL

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

TAHOE REGIONAL PLANNING AGENCY REQUEST FOR PROPOSAL FOR SOFTWARE CONSULTANT

REQUEST FOR PROPOSALS For HEALTH INSURANCE BROKER SERVICES. FOR THE County of Baldwin, Alabama

Invitation for Bid. For. Bank Courier Services

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

Request for Quotations on Termite and Pest Control Service to Include Repair & Maintenance RFQ

INDEPENDENT CONTRACTORS AGREEMENT

SECTION 3 AWARD AND EXECUTION OF CONTRACT

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

Town of Maiden. Request for Proposals For Sign Replacement Project

AT: 1. Norridge Village Hall N. Olcott Ave. and 2. Norridge Police Department N. Olcott Ave.

Request for Proposals for Upgraded or Replacement Phone System

MIDDLESEX COUNTY UTILITIES AUTHORITY REQUEST FOR QUALIFICATIONS FOR PROVIDING SERVICES AS THE AUTHORITY S HEALTH & SAFETY CONSULTANT 2016

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

COC-Insurance Requirements Page 1 of 9

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

City of Minneapolis Community Planning and Economic Development Small Business Technical Assistance Program Request for Proposals

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

Request for Proposal Hewlett Packard Network Switches and Peripherals

Request for Quote. LETTERING REPLACEMENT At Tulsa International Airport

REQUEST FOR PROPOSALS

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

NORTH BEACH WATER DISTRICT PACIFIC COUNTY, WASHINGTON

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL SOLICITOR REQUEST FOR PROPOSAL

5. Preparation of the State and Federal Single Audit Reports.

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT

TOWN OF OVID, SENECA COUNTY, NEW YORK REQUEST FOR PROPOSALS

Request for Proposal for Landscape Architect RFP #

REQUEST FOR PROPOSAL # 6684 LAND RECORDS ON-SITE SCANNING SERVICES FOR WASHTENAW COUNTY

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

The CITY OF BAYONNE is soliciting responses/proposals for the provision of the following professional services:

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

REQUEST FOR PROPOSALS

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

RFQ REQUEST FOR QUALIFICATIONS. Architectural/Engineering Services. MENANDS SCHOOL DISTRICT 19 Wards Lane Menands, NY 12204

NOTICE TO BIDDERS Request for Proposals Legal Notice Advertisement: publish two(2) times:

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

Request for Proposal IP Phone System Upgrade

New York's Real Estate Law - Requirements For the District

REQUEST FOR PROPOSAL FOR: IT CONSULTANT

REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software

LEGAL NOTICE SECTION 1: PROJECT INTRODUCTION

Request for Proposals Human Resources Services

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

SOLICITATION QUOTATION PROFESSIONAL SERVICES

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR PROPOSAL (RFP) for. Telephone Service (Analog Phone Service)

C. La Plata County is exempt from all state taxation including state sales and use tax.

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

How To Build A Data Backup System In Town Of Trumbull

Department of Purchasing & Contract Compliance

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027

Request for Proposals ARCHITECTURAL/ENGINEERING SERVICES FOR. New Fire Station Facility

Unified School District No. 489 Request For Proposals

Request for Proposal. For Installation, Care and Maintenance of Landscape and Plant Materials at Specified Locations

Starlight Theatre Association Of Kansas City, Inc.

Schedule Q (Revised 1/5/15)

REQUEST FOR PROPOSAL RFP-20 Fleet Insurance Brokerage Services

COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID

WASHINGTON SUBURBAN SANITARY COMMISSION

BRITISH SOCCER CAMP A G R E E M E N T

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE

City of Kirkland. Request for Proposal. Property Management Services City of Kirkland Rental Properties. Job # FAC

Request for Quote Number: PRC Baseball Diamond Backstop Re-Fence

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

TABLE OF CONTENTS. Section 1: Minimum Qualifications 4. Section 2: Guidelines and General Information 5

REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES

Request for Quotes Conductor Heads / Downspout Replacement

THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS RETIREMENT PLAN ADVISORY SERVICES CONTRACT #14-4. April 2014

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

CITY OF POMONA. Request for Qualifications and Proposals. For

Transcription:

BIDDERS COMPANY NAME REQUEST FOR PROPOSAL RPMS EHR Lab Consultant Project NISQUALLY INDIAN TRIBE Prepared By: Nisqually Health Department Samantha Phillips, Health Director 4820 She-Nah-Num Drive Olympia WA. 98513

REQUEST FOR PROPOSAL RFP# 2015-1000 DATE: March 24, 2015 The Nisqually Health Department on behalf of the Nisqually Indian Tribe is issuing a Request for Proposal (RFP) for interested Contractors to submit proposals for the RPMS EHR Lab Implementation project. Minority and disadvantaged companies are encouraged to submit proposals. Contact information for Roderick Harris, CAC, 360-459-5312 ext. 2708 VIABLE CONTRACTORS: To be awarded this project CONTRACTOR, of the winning bid, must be current will all taxes, insurances, bonding and licensing. Failure to comply will result in bid rejection. SEALED PROPOSALS: Vendors will deliver two applications to the following address either by hand or by US postal: Nisqually Tribe Health Department 4820 She-Nah-Num Drive SE Olympia WA. 98513 Phone: 360-456-5221 Attn: Jill Wall Financial Services - Contracts CLOSING DATE FOR SUBMITAL SHALL BE April 17 th, 2015 at 5 PM. Proposals received after the above-cited time will be considered a late response and are not acceptable unless waived by the Health Director. Please mark the envelopes clearly with Sealed RFP Health Dept., RPMS EHR Lab Questions may be directed to Roderick Harris, CAC, 360-459-5312 or e-mail at Roderick.harris@nisquallyhealth.org Thank you for your Interest

Definitions: Tribe is Nisqually Indian Tribe Bidder an individual or business submitting a bid to Nisqually Tribe Contractor One who contracts to perform services in accordance with a contract 1. PROPOSAL TERMS A. The Tribe reserves the right to reject any and all proposals received as a result of this RFP. If a proposal is selected, it will be the most advantageous regarding price, quality of service, the Vendor s qualifications and capabilities to provide the specified service(s), and other factors in accordance with the Tribal Bidding Procedure policy. The Tribe does not intend to award a Bid fully on the basis of any response made to the proposal; the Tribe reserves the right to consider proposals for modifications at any time before a Bid would be awarded, and negotiations would be undertaken with the provider whose proposal is deemed to best meet the Tribe s specifications and needs. B. The Tribe reserves the right to reject any or all bids, to waive or not waive informalities or irregularities in bids or bidding procedures, and to accept or further negotiate cost, terms, or conditions of any bid determined by the Tribes to be in the best interests of the Tribe even through not the lowest bid. C. The price quotations stated in the bidders proposal will not be subject to any price increase from the date on which the proposal is opened at the Tribal headquarters to the mutually agreed-to date Bid. D. In the event it becomes necessary to revise any part of the RFP, addenda will be provided. Deadlines for submission of the RFP maybe adjusted to allow for revisions. E. Proposals should be prepared simply and economically providing a straightforward, concise description of the vendor s ability to meet the requirements of the RFP. 2. QUALIFICATIONS The successful candidate shall have solid working knowledge of the RPMS Electronic Health Record and how it is used in tribally run medical clinics. He/she will be familiar with all key processes and daily operations for ordering, labeling, and resulting reference labs as well as point of care labs. He/she will have excellent communication skills to teach the medical staff and health IT staff how to maintain the RPMS lab package.

3. SCOPE OF SERVICES a. Thoroughly assess the Nisqually Tribal Health Clinic s current use of RPMS EHR for POE of labs, lab menus, lab specimen labeling, manifest generation and lab resulting. b. Outline the steps necessary to reach goal of ordering and resulting 95% of all labs in EHR. c. Collaborate with the clinic s EHR Core Team and medical staff in implementing these steps. d. The successful proposal will have an aggressive timeline that will facilitate the Nisqually Tribal Health Clinic achieving the goal of ordering and resulting 95% of labs in EHR as soon as possible. 4. DELIVERABLES a. Assessment of current status of lab package in RPMS EHR to be delivered to Health Director and EHR Core team b. Outline of steps to fully implement the lab package in RPMS EHR with time line to be given to Health Director and EHR Core team c. Complete set up of reference test menu in RPMS EHR on the Nisqually Health Server to allow for POE (provider order entry) and train CAC to maintain the module d. Lead collaboration with reference lab vendor and IHS OIT to insure smooth operations of bidirectional data exchange for timely and accurate lab ordering and results providing weekly updates to CAC e. Training sessions with end users of the lab package including providers, CAC, and other medical staff to insure correct implementation of the lab package in RPMS EHR as requested by the Health Director and EHR Core team B. The CONTRACTOR shall provide the TRIBE with professional services in support of the tribe s EHR program under the supervision of the Health Services Director. Please itemize Labor and material cost on Bid CONTRACT PROVISIONS REPORTING OF CONTRACTOR

Section 1 The Contractor is to report to the Health IT Manager and/or Director and confer with them as necessary to insure satisfactory work progress. Section 2 All reports, estimates, memoranda and documents submitted by the Contractor must be dated and bear the Contractors name. Section 3 All reports made in connection with these services are subject to review and final approval by the Health Director. Section 4 When Applicable, the Contractor will submit a final written report to the Health Director. Section 5 After reasonable notice to the Contractor, the Tribe may review any of the Contractor s internal records, reports, or insurance policies. Section 6 - All processes and documents are performed and saved within the Nisqually Health network. PERSONNEL Section 1 The contractor will provide the required services and will not subcontract or assign the services without prior written approval of the Health Director. Subcontractors, as well as primary contractors, are subject to the TERO ordinance and the Tribe s Native American preference policy (detailed below.) This ordinance applies to all sub tiers as well. INDEMNIFICATION AGREEMENT The contractor will protect, defend and indemnify the Nisqually Tribe, its officers, agents volunteers and employees from any and all liabilities, claims, liens fines, demands and costs, including legal fees, of whatsoever kind and nature which may result in injury or death to any persons, including the Contractors own employees and loss of damages to any property, including property owned or in the care, custody or control of the Nisqually Tribe in connection with or in any way incident to or arising out of the occupancy, use, service, operations, performance or non-performance of work in connection with this contract resulting in whole or in part from negligent acts or omissions of contractor, any sub-contractor, or any employee, agent or representative of the contactor or any sub-contractor. NATIVE AMERICAN PREFERENCE

The Nisqually Tribe s Native American preference in contracting policy will be used to select the winning bid. The owner wishes to make available any and all opportunities for employment and training for Nisqually Tribal Members, their immediate families, and all other Native Americans. Therefore, the Tribal Employment Rights Ordinance (TERO) is in effect for this project. This includes but is not limited to: Native preference in employment. Native preference in contracting. 1.75% Employment Rights tax on all projects $20,000 and over. TERO also applies to subcontractors and all sub tiers. It is the responsibility of the bidder to contact the TERO officer. Nisqually TERO; Marjorie Stepetin (360) 456-5221 ext.1128 stepetin.marjorie@nisqually-nsn.gov TRIBAL HISTORIC PRESERVATION OFFICER REQUIREMENTS THPO requires 30 day notice prior to any ground disturbances or tree removal to ensure for review and determination of what level of survey is needed to better protect the cultural, historical, and archaeological resources of the TRIBE. A THPO representative shall be present at all dig sites, regardless of size or depth of dig, in order to prevent any damage to known or potential cultural resource sites. THPO laws, regulations and executive orders are in effect. INSURANCE REQUIRMENTS Contractor is required to provide proof of current workers Compensation Insurance with Washington State statutory limits and Employers liability Insurance. Contractor will provide proof of Commercial General Liability Insurance stating adequate coverage for project. Automobile Liability Insurance covering all owned hired and non-owned vehicles with Personal Protection Insurance and Property Protection insurance.

CONTRACTOR: PHONE: Please attach complete bid to this form Nisqually Indian Tribe RPMS EHR Lab Consultant RFP# 2015-1000 Project Description The Nisqually Tribe is currently seeking an EHR Medical Lab Consultant to perform the duties of setting up and creating functional procedures for electronic ordering and resulting for point of care and reference lab services at the Nisqually Tribe Health Clinic (see scope of work below).