SOLICITATION NOTICE
65 -- Cell Saver Equipment and Technician
- Notice Date
- 2/3/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621991
— Blood and Organ Banks
- Contracting Office
- Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
- ZIP Code
- 20307-5000
- Solicitation Number
- W91YTZ-12-T-0022
- Response Due
- 2/19/2012
- Archive Date
- 4/19/2012
- Point of Contact
- mary.a.martin, 910-643-1978
- E-Mail Address
-
Medcom Contracting Center North Atlantic
(mary.a.martin@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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 North Atlantic Regional Contracting office, Womack Army Medical Center, Fort Bragg, NC 28310, intends to solicit, negotiate, and award a contract that is restricted to Small Business only, (FAR 6.203). This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This solicitation uses Simplified Acquisition Procedures (SAP) authorized in FAR Subpart 13.5 and is expected to result in the award of one firm-fixed price contract. The resulting award will be made on SF 1449, for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This is solicitation number W91YTZ-12-T-0022 and is a request for quotation (RFQ). The Standard Industrial Classification Code is 8099 and the NAICS code of 621991. Womack Army Medical Center Fort Bragg North Carolina 28310 has a requirement for providing the Armed Services the services of skilled, trained personnel to provide quality perioperative autotransfusion services to the Hospital.. This requirement is for non-personal services; contract personnel performing under this contract shall perform the services as required of the statement of work. This is for a Base contract year and four (4) option years. The contract will be invoiced and paid using WAWF Wide Area Work Flow, instructions for submittal will be part of the awarded contract. Line Item Number 0001 Cell Saver Equipment Technician (Fee Schedule) Contractor shall provide qualified Cell Saver Transfusion Service Technician to include set up of Cell Saver Unit, operate and provide related supplies used to recover and process Shed Blood in accordance with Womack Protocols, JC, AABB, DEHEC, CAP and the Statement of Work which is attached. The contractor Technician agrees to follow rules and protocols established by WAMC. The fees associated with this service are dependent on the physicians request and supplies used during each surgery. Therefore, the fee schedule is a basic guideline. Contractor owned (cell saver equipment) will be set up and operated by the contractor's technician unless. The equipment furnished by the Contractor must at least be equal to a Dideco Compact Advanced (REF# 75170 as stated in the PWS). "See Statement of Work for all requirements." Line Item Number 0002 Additional Products Any additional products required to perform the service. Line Item Number 0003Miscellaneous Charges Miscellaneous Charges required to perform the service. Line Item Number 0004Contractor Manpower Reporting The Contractor is required to enter data into the Contractor Manpower Reporting (CMR) system as defined in the last Paragraph of the Performance Work Statement (PWS). NOTE: If the reporting of Manpower Equivalents is not separately priced, insert "NSP" in the blank shown. PWS 1.1.The Contractor shall provide the services of skilled, trained personnel to provide quality perioperative autotransfusion services to WAMC. 1.1.2.This requirement is for non-personal services; contract personnel performing under this contract shall perform the services as required of the statement of work. 1.1.3. Performance Measures. 1.3.1.1.Outcome: The contractor shall provide qualified personnel who will operate the cell-saver equipment during surgeries as requested by the Department of Surgery. 1.3.1.2.Standards Acceptable measures include: A 95% fill rate for surgery requests with no cancellations of treatment except as required by the department. 1.3.1.3.How Measured. Department/clinic supervisory personnel will monitor performance through records, and contractor reports. 1.2.QUALIFICATIONS: The Contractor shall insure the personnel provided have the appropriate background, education, training and credentials to provide perioperative autotransfusion services using the Cell Saver equipment furnished by the Contractor. The equipment furnished by the Contractor must at least be equal to a Dideco Compact Advanced (REF# 75170). 1.2.1. The Contractor shall provide WAMC with competency assessments, evaluations, credentials, licensure and/or any other documents required to comply with the accreditation policies and standards of The Joint Commission or other responsible agency. 1.2.2. The Contractor shall immediately notify WAMC, in writing, of anything which adversely affects the personnel's ability to provide appropriate services. 1.3.ADMNISTRATIVE. 1.3.1. The Contractor shall provide a Medical Director available by pager at all times for physician conferences. 1.3.2. The Contractor shall provide Written policies and procedures in compliance with The Joint Commission, DEHEC, AABB and CAP regulations. 1.3.2.Reports To provide a computer generated quarterly report of CATI procedures performed at Hospital. 1.3.3.The Contractor shall insure that their personnel comply with the local installation identification and access requirements. 1.3.4.The contractor shall: 1.3.4.1.Comply with all laws, ordinances, orders, rules, regulations and requirements of all Federal, State and local governments, and their appropriate departments, commissions, boards and officers and shall obtain all consents, permits, and licenses necessary to carry out its obligations under this Agreement. CATI further agrees to comply with all relevant standards of any and all accreditation and/or regulatory organizations, including, but not limited to, The Joint Commission (TJC), College of American Pathologists, and the American Association of Blood Banks. 1.3.4.2. Type of Contract: This is a Firm Fixed Price contract with prices fixed in accordance with the Fee Schedule provided by "Companies Name". However, the actual amount charged will be based on the actual service performed, supplies used during surgery, and miscellaneous charges used in accordance with the fee schedule. The government will only pay for the actual service rendered, supplies used and, miscellaneous charges shown on the fee schedule. 1.3.5 HEALTH AND IMMUNIZATION REQUIREMENTS 1.Health. Contractor individual performing services under this contract shall comply with the health and immunization requirements as stated below at the time of initial request for clinical privileges and annually thereafter. The expense for all physical examinations to comply with the health requirements shall be borne by the contractor individual at no additional cost to the government. 2.Contractor individual performing direct healthcare services under the contract shall receive a general physical examination with their credentialing package. The certificate shall state the date on which the examination was completed, and the name of the physician who performed the examination. The physician performing the examination shall sign this certification. For the purpose of this paragraph, a physical examination administered more than 45 days prior to submitting credentialing package will not be considered adequate. The physical exam shall include the following: a.Test for the antibody to HIV (Human Immunodeficiency Virus) with documented results of the test. b.A history to show that the HCP has completed a primary series of immunization with tetanus and diphtheria toxoids and that a booster dose is current (within the past 10 years.). c.A test for immunity to the hepatitis (Type B) virus with documentation of the results. A profile shall be established to show immune status to hepatitis. Non-immune Healthcare workers (lacking anti-HB(c) or anti-HB(s)) shall be required to complete an immunization series with a Hepatitis -B vaccine (e.g., Recombivax, Energix). d.Serologic evidence of immunity to measles and rubella or documentation of immunization with measles, mumps, and rubella (MMR) vaccine using the following guidelines. (1) Employees born before 1957 without documentation of previous vaccination with MMR should receive one dose. (2) Employees born in or after 1957 who have received one dose of MMR previously shall receive on booster dose. (3) Employees born in or after 1957 without documentation of any previous vaccination with MMR should receive two doses of vaccine, separated by no less than one month. e.Serologic evidence of immunity to varicella or documented history of illness or immunization. f.For personnel who do not have proof of having completed a primary series, completion with enhanced potency inactivated poliovirus vaccine (eIPV) is recommended. Reliable history of spending early childhood and attending elementary schools in the United States since may suffice as clinical history of polio immunization, but requires physician documentation in the record of the history and examination. g.Contractor individual shall be screened before employment and annually for tuberculosis by a tuberculin skin test using the Mantoux technique. (The TINE test is disallowed as a substitute.) A skin test result of 10 mm of indurations or more shall be required to have a chest roentgenogram and an evaluation performed. A tuberculin skin test of 10 mm of indurations or more will require documentation providing an assessment of the patient (status of infection-active, inactive; need for preventive treatment or not as determined by age, history of BCG (Bacillus Calmette-Guerin) vaccination; duration of skin test positivity, etc). 3.If all of the immunization and test set forth in the preceding paragraphs have been completed, the contractor shall issue a certificate providing evidence of immunizations and tests that have been completed or started and shall provide a schedule for the completion of unfinished immunizations and lab tests. After the schedule is completed, the contractor must provide an updated and complete certificate. Failure to complete the immunizations as scheduled may be grounds for the Contracting Officer, upon the advice of the MTF commander or his clinical staff, to determine that such contractor individual is not an acceptable individual to perform services under this contract. 4.The Contracting Officer, with the explicit case-by-case approval of the MTF commander, is empowered to make exceptions to these requirements, for example, in the event of vaccine shortage or bona fide religious exceptions, but nothing herein shall be construed as an imperative or directive upon the Contracting Officer to make such exceptions. 5.Contractor individual performing direct healthcare services under this contract, which experience a parenteral (e.g., needle-stick or cut) or mucous membrane exposure (e.g.. splash to the eye or mouth) to blood or bloody body fluids, shall receive prompt treatment. The medical treatment facility (MTF) will evaluate the source of exposure for risk of Hepatitis-B, Hepatitis-C. And Human Immunodeficiency virus (HIV) and will provide a report of the findings to the contractor and the contract HCP. It shall be the contractor's responsibility to provide appropriate treatment as needed to possibly include Tetanus-Diphtheria booster, Immune Globulin, Hepatitis-B vaccine booster, or Hepatitis-B Immune Globulin. The contractor shall be responsible for providing the contract HCP with initial testing and if the source of exposure was unknown, positive, or confirmed at high risk for HIV infection, follow-up testing 3, 6, and 12 months after exposure. In event of a confirmed or highly suspected parenteral exposure to HIV, the contractor individual shall receive appropriate counseling and is referred immediately to a private infectious disease specialist for consideration of any post exposure prophylaxis (e.g., AZT). The Government may require the contractor individual to provide evidence of the status of treatment and testing of the individual contractor under the contract. 6.Contractor individual shall receive the current influenza immunization from a non-Government physician and present evidence of the shot to the COR unless documented by a physician to be medically contraindicated. 7.Failure to meet the requirements stated herein, or when test results determine a contractor individual has a contagious disease, the Contracting Officer may, upon advice of the MTF commander of his clinical staff, determine that such a contractor individual is not an acceptable individual to perform services under this contract. 8. The Government offers vaccine for occupational exposed hazards, i.e., smallpox, anthrax, etc. (End of Notice) 1.4.HOURS OF PERFORMANCE: The Department of Surgery shall coordinate work schedule on an as needed basis with the Contractor, giving the contractor at least 48 hours notice prior to the date of the surgery for non-emergent surgeries. The Department of Surgery shall coordinate work schedule on an as needed basis with the Contractor, giving the contractor at least 4 hours notice for emergent surgeries. 1.5.RELATIONSHIP OF THE PARTIES, PROFESSIONAL LIABILITY RESPONSIBILITY AND PROCEDURES. The Government shall not be liable for malpractice allegations against the contractor technician based on the performance of this contract. The Contractor shall be required to carry malpractice insurance for its employees working under this contract at a level acceptable to the Contracting Officer prior to the commencement of services. In accordance with FAR clause 52.237-7, the contractor shall indemnify the Government from any liability producing act or omission by the contractor, it's employees and agents occurring during the contract performance. If the contractor uses subcontractors in the performance of this contract, the contractor is required to ensure that its subcontracts for the provisions of healthcare services contain the requirements of FAR Clause 52.237-7, including the maintenance of medical liability insurance. 1.5.1. If any suit or action is filed or any claim is made against the contract or contract employee, which occurred as a result of work performed by the contractor/employee under this contract the Contractor shall immediately notify the Contracting Officer and the chief of Department of Surgery and promptly furnish them copies of all pertinent paperwork. 2.DEFINITIONS: 3. CONTRACTOR FURNISHED PROPERTY/EQUIPMENT. 3.1 Prior to any equipment being placed into operation for an examination, the vendor shall obtain a safety technical inspection from Medical Maintenance and provide proof that manufactures suggested preventive maintenance has been preformed as recommended, Directorate of Logistics, Bldg. 4-2817, Womack Army Medical Center, Fort Bragg, NC 28310 3.1a The Vendor shall notify the Chief, Medical Maintenance, Directorate of Logistics, 910 907-6442, of the date examination material is provided to Property Management Division, Womack Army Medical Center, Bldg 4-2817, ATTN: PBO, Reilly Road, Fort Bragg, NC 28310, and removal of same. 3.2 The Contractor shall furnish all personnel and supplies necessary to operate the Contractor owned Autologous Blood Recover System at the prices as shown on the attached fee schedule. 3.3. Contractor shall provide computer generated quarterly reports of procedures performed at WAMC. 4.SPECIFIC TASKS: 4.1. Contractor shall provide perioperative autotransufsion services as required at Womack Army Medical Center. 4.2 Contractor shall have a Medical Director available by pager at all times for physician conferences. 4.3 Contractor shall provide written policies and procedures in compliance with The Joint Commission, DEHEC, AABB and CAP regulations. 4.4 Contractor shall educate WAMC staff regarding auto transfusion on an as needed basis. Contractor shall work with Hospital personnel on the development and implementation of programs to insure compliance with Medical Staff bylaws, Standards for Hospitals of the Joint Commission on the Accreditation 5.5 Contractor Manpower Report (CMR). The Office of the Assistance Secretary of the Army (Manpower & Reserve Affairs) Operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information the format using the following web address:. The required information includes: (1)Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2)Contract number, including task and delivery order number; (3)Beginning and ending dates covered by reporting period; (4)Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5)Estimated direct labor hours (including sub-contractors); (6)Estimated direct labor dollars (including sub-contractors); (7)Total payments (including sub-contractors); (8)Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9)Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As a part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML Data transfer to the database server of fill in the fields on the web site. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. The contactor will: Report the required information to the CMR System at 1.Provide your Companies Dun and Bradstreet number (DUNS); your cage code; tax ID number; your delivery date along with your quote (Fee Schedule for five (5) years), and your Published Price list by item number for evaluation purposes. Responses are to be emailed to Mary Martin mary.a.martin@us.army.mil no later than 12 AM EST 18 Feb, 2012. The following provisions in their latest editions apply to this solicitation. FAR Clauses and provisions apply and can be viewed at http://www.arnet.gov/far. (1)FAR 52.212-1, Instructions to Offeror-Commercial Items with the addendum that: "The offer submitted shall include: (1) proposed prices; (2) Technical capability to include product literature, catalog price lists if available; (3) warranty, guarantee, technical specs, and estimated date of delivery information. (4) completed copy of FAR 52.212-3. "Offer Representations and Certifications-Commercial items," Offers may submit any other information regarding specific contracts that they deem relevant to the evaluation of their past performance. (2)FAR 52.222-50 Combating Trafficking in Persons (3)FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate Offers. PRICE: Price will be evaluated separately from past performance and will be evaluated for fairness and reasonability. Offeror shall provide their published price list with their offer. TECHNICAL: A technical proposal that fails to demonstrate it can meet all requirements will be determined unacceptable. The Government reserves the right to award to other than the low offeror for better technical capability and/or better performance records. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so. It is now a requirement that all contractors doing business with the Department of Defense is registered with CCR (the website may be accessed on the internet at: www.ccr.gov to register. Referenced provisions and clauses may be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfar (4)FAR 52.204-7, Central Contractor Registration (5)FAR 52.204-10, Reporting executive compensation and first-tier subcontract awards (6)FAR 52.209-6, Personal identity verification of contractor personnel (7)FAR 52.212-3, Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer. (8)FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, specifically, para (b)(15), (16),(17), (18), (19), (31). (9)FAR 52.222-3, Convict Labor. (10)FAR 52.222-19- Child Labor (11)FAR 52.222-21, Prohibition of Segregated Facilities (12)FAR 52.222-26, Equal Employment (13)FAR 52.222-36, Affirmative Action for Workers with Disabilities (14)FAR 52.223-18 Contractor policy to ban text messaging while driving (15)FAR 52.225-13, Restrictions on certain foreign purchases (16)FAR 52.233-4, Applicable law for breach of contract claim (17)FAR 52.222-43 Fair Labor Standards Act and Service Contract Act (18)FAR 52.252-1: for all referenced clauses/provisions, see web site http://www.arnet.gov/far or http://web2deskbook.osd.mmil/default.asp (19)FAR 52.252-6, Authorized deviations in clauses (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DOD FAR (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) (20)DFAR 252.203-7000, Requirements relating to compensation of former DOD officials (21)DFAR 252.203-7002, Requirement to inform employees of whistleblower rights (22)DFAR 252.225-7000, Buy American Act - Balance of Payments Program Certificate (23)DFAR 252.212-7001, Contract Terms (24)DFAR 252.225-7002, Qualifying Country Sources as Subcontractors (25)DFAR 252.232.7003, Electronic Submission of Payment Request and Receiving Report (26)DFAR 252.204-7004, Required CCR (27)DFAR 252.204-7008, Export Controlled items. (a) Definition. Export-controlled items, as used in this clause, means items subject to the Export Administration Regulations (EAR) (15 CFR parts 730-774) or the International Traffic in Arms Regulations (ITAR) (22 CFR parts 120-130). The term includes (1) Defense items, defined in the Arms Export Control Act, 22 U.S.C. 2778(j)(4)(A), as defense articles, defense services, and related technical data, and further defined in the ITAR, 22 CFR part 120. (2) Items, defined in the EAR as ``commodities, software, and technology,'' terms that are also defined in the EAR, 15 CFR 772.1. (b) The Contractor shall comply with all applicable laws and regulations regarding export-controlled items, including, but not limited to, the requirement for Contractors to register with the Department of State in accordance with the ITAR. The Contractor shall consult with the Department of State regarding any questions relating to compliance with the ITAR and shall consult with the Department of Commerce regarding any questions relating to compliance with the EAR. (c) The Contractor's responsibility to comply with all applicable laws and regulations regarding export-controlled items exists independent of, and is not established or limited by, the information provided by this clause. (d) Nothing in the terms of this contract adds to, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations, including but not limited to-- (1) The Export Administration Act of 1979, as amended (50 U.S.C. App. 2401, et seq.); (2) The Arms Export Control Act (22 U.S.C. 2751, et seq.); (3) The International Emergency Economic Powers Act (50 U.S.C. 1701, et seq.); (4) The Export Administration Regulations (15 CFR parts 730-774); (5) The International Traffic in Arms Regulations (22 CFR parts 120-130); and (6) Executive Order 13222, as extended. (e) The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-12-T-0022/listing.html)
- Place of Performance
- Address: Contracting Center North Atlantic, WAMC Bldg 4-217 Reilly Road Fort Bragg NC
- Zip Code: 28310-7310
- Zip Code: 28310-7310
- Record
- SN02667959-W 20120205/120203235108-b84c38b7662d7411ada8bc24eee05f1e (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 |