Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2012 FBO #3896
DOCUMENT

Q -- Roseburg Outsource Intensive Care Unit - Attachment

Notice Date
7/23/2012
 
Notice Type
Attachment
 
NAICS
622110 — General Medical and Surgical Hospitals
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26012R1319
 
Response Due
8/31/2012
 
Archive Date
10/30/2012
 
Point of Contact
Ed Delaney, Contract Specialist
 
E-Mail Address
Contracting<br
 
Small Business Set-Aside
N/A
 
Description
The Roseburg VA Healthcare System anticipates to contract for Level 3 Intensive Care Unit (ICU) Services, with access to Specialists, for eligible Veteran patients requiring inpatient treatment in an Intensive Care Unit (ICU) when referred, authorized, and/or transferred by the VARHCS. It is expected that ICU services will be sourced from within 75 miles of the Roseburg VA Healthcare System. The contractor shall provide inpatient intensive care unit (ICU) health care services to authorized patients for the full episodes of ICU care. The contractor will be paid/reimbursed for inpatient services under the Centers for Medicare and Medicaid Services (CMS) approved DRGs based prospective payment system that encompass ICD-9-CM classifications (International Classification of Diseases, 9th Revision, Clinical Modifications). Medicare payments for inpatient health care services will be under the prospective payment system (PPS). The DRG rate includes the cost of all non-physician hospital inpatient services, i.e. bed and board, nursing services, use of hospital facilities as referenced in 42 CFR 409.10 and CT scans, hemodialysis, prosthetic items, pacemakers, laboratory and X-ray services, etc., including those which the hospital must purchase from another facility. Associated ancillary claims will be processed and paid based on current CFR payment methodology. No separate billing or payment should be made for these services. Inclusion or exclusion of services will be determined by Medicare PPS rules and regulations as published by CMS. Contractor is expected to meet or exceed a level of ICU nurse staffing such that a minimum of one ICU competent nurse per three Veteran patients is met at all times. Staffing ratio and competencies will be subject to review by VARHCS Nurse Executive or delegate. Requirement of ancillary services (Respiratory Therapy; Laboratory; Imaging services): Ventilated patients are expected to have competent, certified Respiratory Therapy services consistent with the community standard of care. All Respiratory Therapy services are subject to standard quality assurance activities as within the VA. Laboratory, Diagnostic and Imaging services are required to be readily available for critical decision making for the contract staff, open to review by VA staff and meeting or exceeding standards for timeliness and accuracy. All Laboratory, Diagnostic and Imaging services are subject to standard quality assurance activities as within the VA. Offers from prospective contractors must accept CMS reimbursement as the base form of payment. Therefore, all offers must be presented in the form of a percentage discount of the CMS rate. The admissions identified in the CLINs below are estimated workload projections. Veteran patients who receive care at the VARHCS sometimes have clinically complex conditions that exceed the ability of the VARHCS to deliver care commensurate with the needs of the patient. At the present time, the VARHCS does not have an ICU, but has an average of one patient per day in ICU level treatment. VARHCS requires that Department of Veterans Affairs physicians coordinate transfers of eligible Veterans into and out of the contracted facility.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/33188568659f97d892b7e3c82adf640d)
 
Document(s)
Attachment
 
File Name: VA260-12-R-1319 VA260-12-R-1319.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=409989&FileName=VA260-12-R-1319-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=409989&FileName=VA260-12-R-1319-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Within 75 miles of Roseburg VA Healthcare System;913 NW Garden Valley Blvd;Roseburg, OR 97471
Zip Code: 97471
 
Record
SN02812081-W 20120725/120723235652-33188568659f97d892b7e3c82adf640d (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.