Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2009 FBO #2870
SOURCES SOUGHT

65 -- PROSTHETICS CONTRACT ARTIFICAL LIMBS

Notice Date
10/1/2009
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA-241-09-RP-0316
 
Response Due
10/16/2009
 
Archive Date
12/15/2009
 
Point of Contact
Christine GormanContract Specialist
 
E-Mail Address
Contract Specialist
(Christine.Gorman@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY: PLEASE DO NOT RESPOND WITH A PROPOSAL. This sources sought notice is issued in an effort to conduct additional market research for information and planning purposes only. The Department of Veterans Affairs, VISN 1 Consolidated Contracting Unit is soliciting information to determine the availability of all small businesses (including service disabled veteran owned, veteran owned, women owned, HUBZone, and disadvantaged and others) capable of performing the requirement indicated below. In your response please indicate the socioeconomic status of your business. The NAICS code is 3339113 with a size standard of 500 employees. This means that businesses furnishing the prefabrication and repair of artificial limbs described below, with 500 employees or less are generally considered small businesses. The requirement is for the following fabrication and repair of artificial limbs. STATEMENT OF WORK The Department of Veterans Affairs (VA), VA Integrated Service Network VISN 1, has an ongoing program to furnish fabrication and repair of artificial limbs to those veterans that require them and are eligible for assistance. It is VA's intention to solicit proposals and award multiple contracts on a competitive basis under the authority of Title 38 U.S.C. Section 8123. Awards resulting from this solicitation shall be service contracts with ancillary supplies provided. Pursuant to VHA HANDBOOK 1173.3, entitled Amputee and Artificial Limbs, the procedures for furnishing fabrication and repair of artificial limbs shall be as follows: 1.Beneficiaries requiring artificial limbs are to be referred to the nearest Amputee Clinic Team within the VISN 1: a.Residing within the Prosthetic Primary Service Area (PSA) of the facility in which the clinic team is located; b. Residing within the PSA of another VA facility, which does not have an Amputee Clinic Team, or has been unable to resolve the patient's prosthetic problem; c.Determined to be a good candidate for a special (microprocessor knee units or other state of the art designs) or experimental type appliance which may only be prescribed by the team. 2.Hospitalized or domiciled beneficiaries may be referred to Amputee Clinic Teams at other facilities, after appropriate arrangements have been made with the prosthetic representative of the facility in which the team is located. In such case, a brief review of the beneficiary's problem, the local medical recommendation, and the objective expected to be accomplished must be provided to the amputee clinic where the beneficiary is to receive care and treatment. EVALUATION "Each beneficiary must be carefully examined in a private room by the entire clinic team in order to assess the beneficiary's needs. The assigned Contractor shall attend the clinic. If a new or replacement prosthesis is indicated, the advantages of new technology are to be fully explained to the beneficiary. However, if a beneficiary has worn or used a particular type of appliance for several years without difficulty, and wishes to have an identical replacement, the beneficiary's wishes are to be honored, unless there are definite medical contraindications. "In amputee evaluations, the medical findings and recommendations of the clinic team, with the specific component prescription for an artificial limb or major repair, must be included in the beneficiary's Consolidated Health Record (CHR). ORDERING THE ARTIFICIAL LIMBS "The pricing for the prescribed limb is not determined in the clinic. "The prosthetic representative is responsible to send the VA Form Letter (FL) 10-90 (ADP), Request for Firm to Submit Estimated Cost of Prosthetic Appliance/Service. "The contractor responds with the "Quote" less the percentage discount as listed on the contract. "The "Quote" is reviewed by clinicians for compliance with the prescription and L-codes. "All the appliances or repairs prescribed by the clinic team must be obtained, inspected, evaluated and delivered in accordance with the procedures as outlined in VHA HANDBOOK 1173.3. "If the appliances or repairs are accepted then a Purchase Order is generated by a warranted Purchasing Agent in the Prosthetics Department. All fabrication, repair, and related services shall be in accordance with the Healthcare Common Procedure Coding System (HCPCS) L Codes. The prices for fabrication and repair of artificial limbs shall not exceed the established L-Code prices applicable to the geographic area where services are provided. It should be noted that repair rates for 15 minute increments are part of the L-Code pricing schedule. http://www.cms.hhs.gov/MedHCPCSGenInfo/ Anticipated contract period is October 1, 2009 or date of award through September 30, 2010 with four (4) one (1) year follow-on option period. This sources sought notice includes performance the following locations which services veterans living in the six New England States of Maine, New Hampshire, Vermont, Massachusetts, Rhode Island and Connecticut. 1.VAMC Bedford, MA 2.VA Boston Healthcare System 3.VA Connecticut Healthcare System, West Haven 4.VA Connecticut Healthcare System, Newington 5.VAMC Manchester, NH 6.VAMC Northampton, MA 7.VAMC Providence, RI 8.VAMC Togus, ME 9.VAMC White River Junction, VT This announcement is not a request for competitive proposals. All responsible sources shall respond by submitting a written narrative Statement of Capability including detailed technical information and/or other technical informational literature demonstrating the ability to perform the above requirements. This Statement of Capability should be sent via email to the point of contact shown below. Face-to-Face contact is required; therefore, contractors must have an established professional office space within all areas served, within 50-miles of major metropolitan areas and within each 100-mile radius of jurisdictions served, unless specifically negotiated in remote areas. No telephone requests will be honored. Contractors must be registered in the Central Contractor Registration (CCR), accessed via the Internet at http://www.ccr.gov. All information provided will become property of the Department of Veterans Affairs and will not be returned. Responses are requested by _October 16, 2009__ no-later-than 1200 p.m., Eastern Standard Time and should include a point of contact, phone number, fax number and email address. Interested parties capable of performing this requirement should send responses by email to Christine.Gorman@va.gov. Contracting Office Address: Department of Veterans Affairs VA Boston Healthcare System VISN 1 Consolidated Contracting Unit (90C) 940 Belmont Street Bldg 3 4th Floor Brockton MA 02301-5596 Point of Contact: Christine Gorman, Contract Specialist
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA-241-09-RP-0316/listing.html)
 
Record
SN01977945-W 20091003/091001235451-e7791da233ae5d0546b8cf2e8f621fa4 (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.