Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2009 FBO #2774
SOLICITATION NOTICE

Q -- Acute Dialysis Services

Notice Date
6/29/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621492 — Kidney Dialysis Centers
 
Contracting Office
Department of Veterans Affairs, Clarksburg VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Louis A Johnson, VAMC;Contracting Office (90C);1 Med Center DR;Clarksburg WV 26301-4199
 
ZIP Code
26301-4199
 
Solicitation Number
VA-244-09-RQ-0307
 
Response Due
7/27/2009
 
Archive Date
9/25/2009
 
Point of Contact
Jennifer RobinsonContract Specialist<br />
 
E-Mail Address
Jennifer.Robinson2@va.gov
(jennifer.robinson2@va.gov)
 
Small Business Set-Aside
N/A
 
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.This solicitation number VA-244-09-RQ-0307 is being issued as a Request for Quotation (RFQ) for Acute Dialysis Services for the Louis A. Johnson VA Healthcare System. This document incorporates specific provisions and clauses which are in effect through the Federal Acquisition Circular. This solicitation is being issued as unrestricted under NAICS code 621492. The contract will be a Firm Fixed Price, Indefinite Delivery Indefinite Quantity type contract with three option years. There will be no guaranteed minimum or maximum quantities. Pricing shall be submitted on the following line items: Acute Dialysis Treatments Estimated QuantityUnit CostTotal Cost 1. Base Year (1 Aug 2009-8 30 Sep 2009) 2. Option Year One (1 Oct 2009-30 Sep 2010)50 3. Option Year Two (1 Oct 2010-30 Sep 2011)60 4. Option Year Three (1 Oct 2011-30 Sep 2012)75 Pricing for any additional costs such as incomplete procedures, canceled procedures after setup, and canceled procedures after nurse arrival before setup shall be submitted and priced out per year as well. Contractor shall provide the equipment and qualified staff to provide continuous (7 days per week, 24 hours per day) on call coverage for hemodialysis and peritoneal dialysis services at the bedside of acutely ill patients at the VA Medical Center, Clarksburg, WV. Qualified staff is defined as properly trained and qualified registered nurses appropriately licensed in the state of West Virginia. The Contractor will provide a continuous telephone number for Clarksburg VA use to contact the Contractor for services. The acceptable response time is contingent upon the urgency of the need as determined by the ordering physician: a) within two (2) hours for emergent services; b) within four (4) hours for immediate services; and c) within thirty-six (36) hours for chronic, routine hemodialysis treatments. The Contractor's staff will notify the ward/unit head nurse or charge nurse of their arrival at and departure from the location where the procedure is performed. The Contractor's staff will give a verbal report on the patient to the charge nurse to include any change in blood pressure, the amount of fluid removed during the treatment and any unusual events during the treatment. The Contractor will supply: o Commercially available dialysis solutions ordered for dialysis. o Arterial and venous bloodlines, saline priming lines required for Contractor provided equipment. o One Dialyzer to be included in the per treatment fee. o All Filters required for Contractor provided equipment including Transducer Protectors and filters. o Fistula Needles o Water Quality Analysis Supplies o All equipment, dialysate solutions, and tubing required for peritoneal dialysis o Injection caps for central line catheters o 0.9% normal saline 1000ml bag for priming and rinse back o Betadine swabs, (4) sterile 2X2 gauze, band aids for needle sites, op-site type dressing for central line o Heparin for heparinization of system and heparin for central line blocking o Bleach for machine disinfection Clarksburg VAMC will provide sterile syringes and needles, and personal protective equipment. The Clarksburg VAMC will supply appropriate access to utility/water systems. The Clarksburg VAMC Biomedical Department will conduct electrical safety testing of the Contractor's equipment The Contractor will supply preventive maintenance records to the Contracting Officer Technical Representative (COTR), and Biomedical Department for Contractor provided equipment in accordance with Joint Commission requirements. The Clarksburg VAMC will supply all normal and necessary in-house services in conjunction with the provision of acute dialysis services to include janitorial, laundry, environmental services, telephone services, and medical and hazardous waste removal. The Contractor's staff will be responsible for provision of the ordered services to include set-up and safety check of equipment and water treatment system, initiating treatment, monitoring of treatment and termination of treatment, documentation of treatment, and clean-up of dialysis equipment and proper storage of machine and supplies. The Clarksburg VAMC will provide adequate support nursing staff to provide non-dialysis service related care and monitoring of the patients during treatment The Contractor's staff will be responsible for all repair and maintenance of the dialysis machine and RO water system. Clarksburg VAMC requires any machine used on a patient with Hepatitis C, Hepatitis B, HIV, or MRSA be bleached after each treatment. For any adverse event that occurs during the treatment, Clarksburg VAMC requires that machine to be taken out of service and not used again until written documentation has been provided that the machine is safe. In addition, water and dialysate samples will be sent to Clarksburg VAMC laboratory for analysis of PH, bacteria, and electrolytes. The Clarksburg VAMC will process equipment culture specimens submitted by the Contractor staff according to the American Association Medical Instrumentation (AMMI) in the hospital laboratory at no charge to the Contractor. The hospital laboratory will maintain records of the culture results and supply copies to the COTR and Contractor as requested, The Contractor will submit water samples monthly for chemical analysis and provide copies of the test to the COTR at the Clarksburg VAMC. The Contractor staff will document according to accepted standards, AMMI guidelines, and Joint Commission regulations, accurately and completely regarding the treatment provided to the Clarksburg VAMC patient. The signed forms will be scanned into the computerized patient record system by the unit clerk and will become part of the patient's health care record. The Contractor's staff will be provide Clarksburg VAMC COTR proof of continuing education and training as necessary to assure their current technical and clinical knowledge of the Clarksburg VAMC to carry out their role in the care of patients receiving acute dialysis services. ORIENTATION / ASSISTANCE: The Clarksburg VAMC will provide orientation to all Contractors' staff with respect to Clarksburg VAMC policies and procedures and all annual mandatory training such as Information Security Awareness and Privacy Awareness Training required of the contract staff. All Contractors' staff is expected to comply with the credentialing requirements of the Veterans Health Administration to include application and verification of credentials in VetPro (the Veterans Health Administration credentialing system) through Clarksburg VAMC Human Resource offices. The contractor will provide validation of current dialysis competencies of all contracted staff. The contract staff will have evidence of current hepatitis vaccination, TB skin testing, certification of health and current Basic Life Support (BLS) certification. The certifications and competencies as enumerated above will be provided to the Clarksburg VAMC Contracting Officer's Technical Representative (COTR) prior to any staff providing hemodialysis services at the Clarksburg VAMC and annually on the anniversary date of the contract awarded to the Clarksburg VAMC COTR. QUALITY ASSURANCE: Contractor shall maintain an ongoing quality management program for contracted services at the Clarksburg VAMC which includes continuous qualify improvement monitoring processes, safety, infection control, and risk management. Quarterly reports will be provided to the Clarksburg VAMC. The Department of Veterans Affairs is allowed according to public law 99-272 and 101-508, to seek reimbursement from health insurance carriers for the cost of medical care and treatment provided to veterans for their non-service connected conditions, You are not allowed to bill health insurance carriers for the services you provide to Veterans while employed by or working under contract with the Department of Veterans Affairs. If the contractor should receive reimbursement from the health insurance carrier for care provided to a veteran while employed by or working under contract with the Department of Veterans Affairs, you are not allowed to keep the reimbursement. You must return it to the Medical Care Cost Fund (MCCF) section for processing. The medical record documentation is expected to reflect the care provided. The contracted staff may be contacted by MCCF staff to provide additional documentation or to discuss the care provided with someone from the health insurance carrier. Your prompt attention to this is required. Contractor Personnel Security Requirements All Contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. The contractor is responsible for all costs associated with the background investigation. This requirement is applicable to all subcontractor personnel requiring the same access. The required investigation(s) shall be initiated prior to contract performance. If the investigation has not been completed prior to the start date of the contract, the Contractor will be responsible for the actions of those individuals they provide to perform work for VA. Failure to comply with the Contractor personnel security requirements may result in termination of the contract for default. Contractor Responsibilities: Upon award of a contract, the Contractor shall initiate the proper level of security investigation for any Contractor employees that will be provided to VAMC under this contract. Pay an investigation fee for each employee investigated. This fee should be forwarded to the Contracting Officer with checks made payable to the "Treasurer of the United States". The approximate fee for the VA to complete a National Agency Check with Written Inquiries is estimated at $260.00. Upon receipt of all required documentation and the investigation fee, the VA will initiate the required investigation(s). Investigation completion and adjudication: 1.The results of the required employee investigations will be forwarded to the VA, Office of Security and Law Enforcement (OS&LE) for adjudication. Investigation conducted by the VA, through OPM will be forwarded to this office. Investigations completed by vendor must be forwarded by the vendor. 2.The VA Office of Security and Law Enforcement will notify both the contracting officer and Contractor after adjudicating the results of the background investigations. Unfavorable investigation results 1.The Contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. 2.After an employee is withdrawn, the Contractor may either provide another employee with an equal level of qualifications and experience to fill the requirement and pay a new investigation fee for this replacement employee or decline to fill the requirement, in which case the Contracting Officer may use another source to fill the requirement. Patient Confidentiality Contractors shall ensure the confidentiality of all patient information and will be held liable in the event of breach of confidentiality. The Contractor shall comply with the provisions of the Federal Privacy Act of 1974 (Public Law 93 579), the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1972 (Public Law 93 282), the Drug Abuse Office and Treatment Act of 1972 (Public Law 93 255), as well as other statutes regarding confidentiality of patient information. The Contractor will be required to sign a Privacy Act Confidentiality Statement. Any breach of confidentiality and/or unauthorized release of information is subject to a penalty of $5,000 to $10,000 for each offense. Any individual making unauthorized disclosure may be criminally liable for violations of the Act. Contractor shall ensure that personnel with access to Government computer systems and/or records comply with the Privacy Act of 1974 and the Clarksburg VA Medical Center's Automated Information Systems (AIS) Security POLICY and that each has completed the VA System Access Agreements. Violations may be cause for termination of the contract. Provide adequate on-site security of your facilities, equipment, and software where patient information is stored, utilized, or accessed, to ensure protection from hazard, theft, and unauthorized access. The VA will supply an electronic copy of Automated Information Systems (AIS) Security Policy and Guidelines upon request. They will also be required to have annual security awareness training through the Clarksburg VAMC's web page. Contractor Personnel having access to patient records shall complete the Business Associate Agreement and Data Transfer Agreement before performance of the contract begins. In some cases there are blanket agreements in place with certain contractors, if this applies notification will be made by the contracting officer and these blanket agreements will be kept current in the contract file. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm The following provisions and clauses shall be incorporated by reference: 52.216-22 Indefinite Quantity (Oct 1995) 52.228-5 Insurance-Work on a Government Installation (Jan 1997) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.216.70 Estimated Quantities (APR 1984) VAAR 852.237-7 Indemnification and Medical Liability Insurance (Jan 2008) VAAR 852.237-70 Contractor Responsibilities (APR 1984) VAAR 852.271-70 Nondiscrimination in Services Proved to Beneficiaries (Jan 2008) 52.232-37 Multiple Payment Arrangements (May 1999) 52.245-1A Government Property Alternate I (June 2007) 52.245-2 Government Property Installation Operation Services (June 2007) 52.245-9 Use and Charges (June 2007) 52.222-50, Combatting Trafficking in Persons (FEB 2009) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) 52.222-3, Convict Labor (June 2003 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) 52.222-41, Service Contract Act of 1965 (Nov 2007) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Feb 2002) 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) 52.212-3OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (FEB 2009) 52.212-2EVALUATION--COMMERCIAL ITEMS (JAN 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical and past performance, when combined, are considered equal. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Electronic Invoice Submission: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315)). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoice submission, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, PO Box 149971, Austin, TX 78714-8971. Offers shall be submitted to the Louis A. Johnson VA Medical Center, Attn: Jennifer Robinson (304) 623-3461 x3152, Contracting Specialist, 1 Med Center Drive, Clarksburg, WV 26301, no later than 3:00pm EST on July 27, 2009. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company name and address. Offers will also be accepted by email at Jennifer.Robinson2@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ClVAMC540/ClVAMC540/VA-244-09-RQ-0307/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Louis A. Johnson, VAMC;1 Med Center Drive;Clarksburg, WV 26301<br />
Zip Code: 26301<br />
 
Record
SN01860776-W 20090701/090630002011-5fcc2abba97ea82b11929653ed2260a2 (fbodaily.com)
 
Source
FedBizOpps 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.