Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2012 FBO #3934
DOCUMENT

Q -- Request for Proposal has been issued for to purchase Pain Management services. - Attachment

Notice Date
8/30/2012
 
Notice Type
Attachment
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
VA24612R1052
 
Response Due
9/7/2012
 
Archive Date
12/6/2012
 
Point of Contact
Gregory Wizar
 
E-Mail Address
6-6089<br
 
Small Business Set-Aside
N/A
 
Description
PERFORMANCE STATEMENT OF WORK OUTPATIENT PAIN MANAGEMENT CLINIC(S) 1. This contract is for comprehensive Outpatient Pain Management Care services to eligible VA beneficiaries in accordance with the terms and conditions stated herein. Quantities listed for each CPT code are estimates only. The Government shall be obligated to provide payments for all items/services furnished in accordance with this contract. The Contractor shall provide comprehensive outpatient pain management care at their facility to beneficiaries of the W. G. (Bill) Hefner Veterans Medical Center, Salisbury, North Carolina (Salisbury VAMC) as well as providing the materials, supplies, equipment and qualified supervision as specified herein. All professionals providing services under the terms of this contract shall be appropriately certified and/or licensed as described herein and possess the requisite skills and experience to perform pain management services. The unit costs in the Schedule of Supplies/Services represent total payments by the VA for all services (professional and technical), supplies, facilities and equipment necessary for each course of treatment. It is estimated that there will be 1700 pain management referrals during each 12-month period. Refer to the Schedule of Supplies/Services for the current procedural terminology (CPT) codes that will be most frequently used and for expected workload per procedure code based on previous years. Current Procedural Terminology (CPT) codes and estimated quantities are provided for all possible procedures allowed under this contract. If the Offeror anticipates that additional CPT codes shall be required in the course of providing pain management services under this contract, the offeror must notify the Contracting Officer prior to award. Medicare allowable reimbursement rates are the benchmark for this contract. Proposed rates for the base year and any option years should they be renewed, will correspond to the most current and active published Medicare rates at the time services are rendered under the contract. The VA will pay, per episode of care, the Medicare rate at the time the patient is treated. Initial offer shall contain a proposed rate for each CPT code listed on the price schedule for base and option years. Contractor shall be required to provide a list of current Medicare rates and newly proposed rates when option years are exercised or at any time there is a change in Medicare rates. Reimbursement for medically necessary services (CPT codes) that are authorized by the VA and not included in the price schedule will be paid in accordance with Healthcare Resources 8153 and shall not exceed the maximum allowable Medicare rate in effect at the time of the procedure. Proposed rate reimbursement shall be based on current Medicare rate in effect at the time of procedure. Therefore, for pricing purposes, identify the percentage of Medicare for each CLIN. 2. PERSONNEL QUALIFICATIONS: Contractor's staff, at a minimum will consist of: a.One full-time board certified/board eligible Physician Pain Specialist board certified or board eligible in neurology, rheumatology, orthopedics, physiatry, anesthesiology, or psychiatry with a fellowship in pain management, if a non-citizen, the equivalent of board certified in neurology, rheumatology, orthopedics, physiatry, anesthesiology, or psychiatry with a fellowship in pain management in the country of origin. All personnel shall have a full and unrestricted license to practice concordant to their respective discipline issued by the state of North Carolina, or commonwealth of the United States or the District of Columbia. All licenses held by the personnel working on this contract shall be full and unrestricted licenses. OR: A current contract agreement with a Physician Pain Specialist board certified or board eligible in neurology, rheumatology, orthopedics, physiatry, anesthesiology, or psychiatry with a fellowship in pain management. Contract with the Physician Pain Specialist must be for no less than 1,040 hours of service per year at the contractor's facility. b.One full-time licensed registered nurse, c.One full-time licensed registered nurse case manager certified in pain management. OR: Evidence in writing that Personnel Qualifications sub-sections b and c will be employed within thirty (30) days from the date of contract award. d.The Contractor's multidisciplinary pain management team may include, but not limited to additional listed personnel: Physical therapist, occupational therapist, biofeedback therapist, family counselor(s), vocational counselor(s), pharmacist(s), dietitian(s), social worker(s), support staff, and volunteers. If any these personnel will provide patient care during the delivery of contract, the contractor must be able to provide a listing of all respective licenses and/or certifications. e.The qualifications of such personnel shall also be subject to review and approval by the VA Professional Standards Board (PSB), Chief of Staff, Anesthesiology Section Chief, and approval by the VA Medical Center Director or their designee. Personnel shall be technically proficient in the skills necessary to fulfill the government's requirements, including the ability to speak, understand, read and write English fluently. Contract staff and/or agency will provide documents as needed to verify current and ongoing competency, skills, certification and/or licensure related to the provision of care, treatment and/or services performed. NOTE: Expectations specific to each professional role is determined by the relevant VHA office; more information can be found at each VHA office Web site and at: www.va.gov/pain_management. 3. LOCATION OF TREATMENTS: All treatments are performed on an outpatient basis at the Contractor's facility. Facility must be located within a 100 mile radius of the VA Medical Center, Salisbury North Carolina, which includes, but not limited to the following twenty-four counties: Alexander, Alleghany, Anson, Ashe, Cabarrus, Catawba, Davidson, Davie, Forsyth, Gaston, Guilford, Iredell, Lincoln, Mecklenburg, Montgomery, Randolph, rowan, Stanly, Stokes, Surry, Union, Watauga, Wilkes, and Yadkin. Contractor personnel shall have access to beneficiary files containing sensitive data, which must be protected under the provisions of the Privacy Act of 1974 (5 USC 552a), and other applicable laws, Federal Regulations, Veterans Affairs statutes and policies. The Contractor's employee(s) are responsible for (1) protecting the data from unauthorized release or from loss, alteration, or unauthorized deletion and (2) following all applicable regulations and instructions regarding access to files, etc. 4. COVERAGE: The contractor shall provide services during regular business hours, Monday through Friday 8:00am to 4:30pm. Contractor shall provide coverage during all scheduled hours and provide substitute coverage if the scheduled provider is not available for any reason. Patients must be seen in accordance with the policy established by the VA Medical Center. No procedures will be cancelled for lack of contractor presence or resident coverage. The Contractor shall provide complimentary parking for VA patients with sufficient handicapped spaces in accordance with the Americans with Disabilities Act. The Contractor shall provide assistance to patients who are unable to enter the Contractor's facility of their own accord. 5. PAIN MANAGEMENT SERVICES: 1. Comprehensive Pain Management: Comprehensive Pain Management is defined as all services required in the delivery of pain treatments, to include, but not limited to, joint and other injections, diagnostic ultrasounds and x-rays and other clinical treatment management. Normal follow-up care associated with the course of treatment is included in the definition of comprehensive pain treatment. Under the terms of this contract, "comprehensive pain treatment" shall begin when treatment planning begins. Pharmacy, laboratory, specialized imaging (i.e. CT, MRI, PET/CT and Nuclear Medicine) and social services that could be provided at the VA without significant inconvenience to the patient are not included in this definition. Contractor to provide consultations and pain management treatment services to VA beneficiaries referred for evaluation as appropriate to each patient's situation. 2. Treatments: a. Contractor will monitor the entire scope of the VA beneficiary's condition during the course of treatment, including, but not limited to, medical concerns and nutritional issues. b. Contractor shall be responsible for establishing a plan of care for each patient to include initial, follow-up and discharge plans. The contractor shall provide this plan to the VA integrated Fee Service Provider within 24 hours of initial visit or within 24 hours of any change to the plan of care via fax, email, and/or phone. VA integrated Fee Service Provider contact information is provided below. c. Contractor shall review VA referrals within one (1) business day of receipt, with evaluation for treatment to occur in two business days or less. d. Contractor shall schedule appointments within two (2) business days of decision to provide treatment. e. Contractor shall order diagnostic tests as appropriate. f. Any complications related to the pain course of treatment which requires a patient to be returned to the Contractor's facility shall be considered as part of that same initial treatment as long as it occurs within the designated CPT global period as referenced in 2012 National Physician Fee Schedule. (Standard global period routinely is ten (10) business days after treatment, some exceptions apply) g. If the patient develops non-emergent complications while at the Contractor's facility during the course of treatment in which transfer will not adversely affect care or the patient's condition, the patient shall be referred to the VA immediately. The Contractor and VA Integrative Fee Service Provider are responsible for communicating pertinent information between parties to facilitate a continuity of care. h. If ancillary services are needed in conjunction with pain management, the first recourse will be to provide those services at the Salisbury VAMC to the extent possible. Alternatively, pre-approval must be obtained through the Contracting Officer in conjunction with the VA Integrated Fee Service. An authorization number to provide the services at the Contractor's facility is required. i. Unusual or unanticipated services required during the course of treatment, which cannot be performed at the Salisbury VAMC, must be pre-approved for payment by the Contracting Officer. Upon Completion of treatment, the patient will be referred back to the initial VA Integrative Fee Service contact along with final summary progress notes via fax in combination with telephone confirmation. j. The VA will not be responsible for any service provided outside the normal course of treatment unless prior authorization is obtained from the Contracting Officer with the exception of life threatening situations. k. Contractor shall ensure documentation of medical assessments, observations, and treatments are recorded accurately on the progress note by the attending physician. Written documentation associated with each visit must be available to the VA Integrative Fee Service Provider within 24 hours of each visit via fax in combination with telephone confirmation. When requested, such written documentation must be provided to the Integrated Fee Service Provider within 2 hours of the request. l. At the conclusion of treatment for each patient, a detailed summary of the services provided to the patient will be provided to the VA Integrative Fee Service Provider (i.e. treatment plan, informed consent, progress notes, and any other clinical documentation associated with the course of treatment) within ten (10) business days via fax in combination with telephone confirmation unless there is a mutually agreed upon extension of the timeframe. m. The Contractor's point of contact at the Salisbury VAMC for the purposes of receiving approved referrals, requests for documentation, and for receipt of reports is the VA Integrated Fee Service Provider. The Contractor shall be responsible for notifying VA Integrative Fee Service Provider if a patient does not show for treatment or if the patient's medical condition changes and medical treatment or hospitalization is required. This individual will be responsible for coordinating VA resources to assist in the continuity of care for VA patients when necessary and informing the contractor who the appropriate contact person is in each situation. In the absence of the VA Integrative Fee Service Provider, the contractor should contact the COR for the contract at the Salisbury VAMC. o. Psychological treatment, diagnostic imaging, physical therapy, occupational therapy, and home exercise programs will not be required by the Contractor but will routinely be provided by the Salisbury VAMC. 6. PATIENT SAFETY: a. The Contractor shall provide a safe work environment and safe work habits during the performance of this contract. b. Contractor shall maintain all reports on usage of equipment. A medical physicist report documenting the evaluation of equipment performance to include x-ray equipment for proper working order is required and will be monitored quarterly at the COR's discretion. All relevant review requirements shall be met (including those of Joint Commission), and provided via email to the COR. The Contractor shall allow COR access to any and all records pertaining to maintenance and updates on the Contractor's equipment. c. Radiation safety policies and procedures shall be met and reported quarterly on the last Wednesday of the quarter as a part of the Integrated Fee Service Provider report via email to the COR. All external review requirements shall be met, including those of the VA and the state of North Carolina. d. In the event that contracted services do not meet quality and/or safety expectations, the best remedy will be implemented, to include but not limited to a targeted and time limited performance improvement plan; increased monitoring of the contracted services; consultation or training for the contract staff to be provided by the VA or the contract agency as indicated; replacement of the contract staff and/or renegotiation of the contract terms or termination of the contract. The COR will maintain a log in the contract file relative to problems or complaints associated with this contract. This log will document that mutually agreeable resolution is reached regarding each issue. E. Contractor shall ensure that a record of patient safety incidents will be maintained in a retrievable file. All incidents will be reported to the COR within 24 hours of incident via fax in combination with telephone confirmation. Investigation of incident and resolution must occur within seven (7) business days. 7. PATIENT SATISFACTION: a. The Contractor shall maintain a record of patient complaints, including problem resolution and all Quality Improvement activities, in a retrievable file, and shall be furnished to the Salisbury VAMC upon request. All patient complaints will be reported via fax in combination with telephone confirmation within 24 hours to the COR and resolved within seven (7) business days. b. Any patient satisfaction issues against the Contractor will be documented by the COR and reviewed by the Salisbury VAMC management. c. The VA Integrated Fee Provider or designee will verify quality of patient care through the review of patient records and reported to COR. 8. GENERAL REQUIREMENTS: a. Contractor shall be responsible for complying with the VA policies and procedures. Contractor shall insure that all notes and encounters are completed and shall appropriately document medical records in accordance with VA standards (VA Handbook 1907.1), equivalent to Joint Commission compliance guidelines (TJC Comprehensive Accreditation Manual for Hospitals), standard commercial practice and guidelines established by Salisbury VAMC (MCM 659-136-27). b. The Contractor shall maintain familiarity and comply within guidelines established by Federal, State, Department of Veterans Affairs, the VAMC Medical Director (or designee), Chief of Staff and Service Chief (VA Handbook 1907.1), (TJC Comprehensive Accreditation Manual for Hospitals), (MCM 659-136-27). Point Of Contact(s): Integrated Fee Service- fax 704 638-3813 telephone 704 638-9000 ext 2022 Contracting Official Representative (COR)- fax 704 638-3884 telephone 704 638-9000 ext 3285 Email Thurmond.Carter@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24612R1052/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-12-R-1052 VA246-12-R-1052_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=461613&FileName=VA246-12-R-1052-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=461613&FileName=VA246-12-R-1052-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02863199-W 20120901/120831001529-8af9bbe79cf2e443418bc264d066f2f7 (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.