DOCUMENT
Q -- Anesthesiology Services at the VA for a base plus 4 option years. - Attachment
- Notice Date
- 5/11/2012
- Notice Type
- Attachment
- NAICS
- 622110
— General Medical and Surgical Hospitals
- Contracting Office
- Network Contracting Office NCO 19;Department of Veterans Affairs;715 Horizon Drive, Ste 126;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25912R0205
- Response Due
- 5/18/2012
- Archive Date
- 5/25/2012
- Point of Contact
- Pam Matthews
- E-Mail Address
-
0-9195<br
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal or quotes. This document does not obligate the Government to award a contract. The purpose of this document is to provide notice of the Government's potential intent to post a future solicitation. The Department of Veterans Affairs Health Administration Hospital, Salt Lake City Health Care System has a need for the anesthesiology services described herein. Schedule of Required Anesthesiology Services MD1 HRSMD2 HRSEMERG HRSCALL HRSDAILY HOME CALL HRSHOME CALL HRSHOME CALL HRSTOTAL HRS MON101041034 TUES101041034 WEDS101041034 THURS101041034 FRI101041034 SAT42024 SUN42024 WEEKLY TOTAL5050820502020218 ANNUAL TOTAL11,336 1 FTEE (50 HRS/WK) X 52 WEEKS/YR =2600 HRS/YR/FTEE 11,336 HRS/YR COVERAGE REQUIRED @ 2600 HRS/YR/FTEE = 4.36 FTEE 1.DEFINITION OF FTEE a. A full-time equivalent (FTEE) is defined as a Contractor's employee working ten (10) hours per day, five (5) days per week. With the exception of home call, a Contractor's employee must be present at the Government facility and must be actually performing the required services for the period specified in the contract. A recordkeeping system of Contractor hours worked and procedures performed will be established and monitored by the Government. The payments for any leave, including sick leave, holiday or vacation time, are the responsibility of the Contractor. (1) All anesthesiology services that are required shall be performed by the anesthesiologists as specified in the above schedule of required anesthesiology services. (2) If the number of FTEE provided under this contract is reduced, the contract price will be reduced in direct ration to the reduction in FTEE. ADDENDUM TO SF 1449 (BLOCK No. 20) 1.GENERAL DESCRIPTION a. The intent of the Government is to have the Contractor provide professional anesthesiologist services to the Government as outlined in the schedule in Table 2 in section B.3 of this document. An FTEE-based, indefinite-delivery indefinite-quantity, firm-fixed price contract will result from this solicitation. The anesthesiologists will be required to augment Government staffing in the Government Anesthesiology Service on a routine basis. Existing anesthesia personnel, including staff anesthesiologists and certified registered nurse anesthetists (CRNAs), will be fully utilized. Any and all changes in the working conditions of the CRNAs will be negotiated through the bargaining unit, American Federation of Government Employees (AFGE). The number of FTEE specified is 4.36 in the base year, yet is subject to change by the Contracting Officer in the future as required. b. The Contractor shall provide anesthesiology services to the Government by board-certified/board-eligible anesthesiologists on a daily basis to perform the services required under this contract. The services to be performed by the Contractor will be under the direction of the Chief, Anesthesiology Service or his/her designee. 2.CLINICAL TASKS a. Anesthesiology b. Routine administration of neuraxial, regional and local anesthetics for acute pain management will be available only within the operative setting. Exceptions include: (1)Emergency coverage of areas utilizing I.V. conscious sedation (2)Cardiac arrest/emergent intubation (3)Disaster intervention c.Pre-anesthetic patient evaluations and anesthetic planning d.Anesthetic administration and supportive intra-operative care e. Post-anesthetic patient care and management of patients in the post-anesthesia care unit (PACU)/recovery room to include, but not limited to pain management, cardiorespiratory monitoring and management, and ventilator management f. Clinical supervision, assistance and support of CRNAs, staff anesthesiologists and other anesthesiology personnel g. Management of cardiac and respiratory resuscitation problems, including participation in the "Code" team during normal working hours h. Educational training for residents/fellows, medical students and CRNAs i. Timely completion of all Government required clinical and medical record documentation j. Government emergency on-call services. Emergency call service is defined as the availability of and provision of anesthesiologist services required by the Government during the periods outside of normal working hours and on weekends and holidays, and k. Consultative services referable to anesthesiology 3.ADMINISTRATIVE TASKS a. Attendance at Government staff meetings b. Participation in Government quality improvement programs and activities, including peer reviews c. Completion of mandatory Government training requirements B.4 CONTRACT REQUIREMENTS 1. HOURS/PRESENCE/EXPECTATIONS a. The Contractor will provide anesthesiologists to fulfill the requirements of Table 2 in section B.3 of this document. When on duty at the Government facility and when on-call under the provisions of this Contract, the Contractor's anesthesiologists shall be fully committed to VA patients and shall not engage in non-Government responsibilities. The services covered by this contract shall be provided during normal work hours Monday through Friday from 7:00 am through 5:00 pm, excluding Federal holidays, which will be provided by the Contractor's on-call services. In the event of the absence of Contractor's personnel for any reason, the Contractor shall bear the responsibility of providing equally competent replacement personnel to provide the scheduled services. It is expected that the individual work schedule of 1.0 FTEE contract anesthesiologist will consist, as a minimum, of 50 hours per week. While a 50 hour work week is considered a minimum, it is the Government's expectation that the Contractor's anesthesiologists will devote the time necessary to deliver the highest quality care to patients and will remain on-site until all cases are completed, including required documentation, and patients are discharged from the post-anesthesia care unit (PACU). b. The Contractor's anesthesiologists shall furnish on-call coverage to provide for all emergency procedures, to include elective cases outside normal work hours. Emergency call service is defined as the availability of and provision of all anesthesiologist services required by the Government during time periods outside of normal working hours, including weekends and Federal holidays. An attending anesthesiologist must be available for on-call coverage from 5:00 pm each weekday, to 7:00 am the next morning, Monday through Friday and for weekend on-call coverage from 5:00 pm on Friday until 7:00 am on Monday or 7:00 am Tuesday if Monday is a Government holiday. This acquisition would be open to both small and large business concerns. The NAICS code for this acquisition is 621111 with a small business size standard of $10.0 million. The intended contract period will be for one base year, with four one-year option periods which will begin approximately January 1, 2013. Interested firms are reminded that in accordance with FAR 4.11 prospective contractors are required to have an active registration in the Central Contractor Registration (CCR) database and FAR 4.12 prospective contractors shall complete electronic annual representations and certifications (ORCA) in conjunction with FAR prior to award of contract. Both can be accessed at the Business Partner Network (BPN) website at http://www.bpn.gov/. All SDVOSB / VOSB submitting an offer must be registered and will be verified by the Contracting Officer in the VetBiz Information pages located at http://www.vip.vetbiz.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25912R0205/listing.html)
- Document(s)
- Attachment
- File Name: VA259-12-R-0205 VA259-12-R-0205_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=339447&FileName=VA259-12-R-0205-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=339447&FileName=VA259-12-R-0205-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-12-R-0205 VA259-12-R-0205_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=339447&FileName=VA259-12-R-0205-000.docx)
- Place of Performance
- Address: VA Salt lake City health Car System;Department of Veterans Affairs;500 Foothill Dr;Salt Lake City, UT
- Zip Code: 84148
- Zip Code: 84148
- Record
- SN02745898-W 20120513/120511235210-fa13cbaf7e830fe8383455f38372f5af (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 |