DOCUMENT
N -- Cyro-Surgical Services - Competitive - Long Term - Base + 4OY - Attachment
- Notice Date
- 11/8/2012
- Notice Type
- Attachment
- NAICS
- 622110
— General Medical and Surgical Hospitals
- Contracting Office
- Department of Veterans Affairs;NCO 23 - Minneapolis;708 S. Third St., Suite 200E;Attention: Erin K. Kerr;Minneapolis MN 55415
- ZIP Code
- 55415
- Solicitation Number
- VA26313R0152
- Response Due
- 11/16/2012
- Archive Date
- 2/14/2013
- Point of Contact
- Department of Veterans Affairs
- E-Mail Address
-
Third
- Small Business Set-Aside
- N/A
- Description
- ***Previously Posted as VA263-13-Q-0107_1*** Contractor shall provide the following services on site at the Minneapolis VA Health Care System (MVAHCS) to include equipment, supplies and system technician(s): a)Cryo-surgical services for the treatment of prostate cancer. b)Cryo-Surgical Laparoscopic Renal Services. c)PVP Laser Surgical Services for treatment of benign prostatic hyperplasia. A.REQUIREMENTS - CRYOSURGICAL SERVICES FOR TREATMENT OF PROSTATE CANCER Contractor will provide qualified specialist(s) trained and experienced in providing cryotherapy services for urological surgical procedures. All services will be provided on-site at the Minneapolis VA Health Care System, One Veterans Drive, Minneapolis, MN. 1.The following will be provided by the contractor along with cryo-ablation specialist(s) and included in the fee per case: a.The cryo-ablation system including all associated disposables b.Prostate procedure accessories including a stepping and stabilize system and all associated disposables c.The ultrasound scanner including all accessories, transducer, etc. d.System application specialist and sonographer for each case 2.The following equipment and supplies will be provided by the contractor along with equipment specialist and included in the fee per procedure: Equipment Quantity a)Cryo-ablation generator system1 b)Gas hoses and regulators system (Medical Center will provide gas)1 c)Urethra Warming Device1 d)Doppler Ultrasound Scanner - color1 e)Bi-plane ultrasound transducer1 f)Laparoscopic ultrasound probe1 g)Linear ultrasound probe1 h)Stepping & stabilizing device (floor or rail)1 i)17 gauge grid template 1 3.Supplies to be provided per prostate procedure include; a)Seednet tm 14 cryo-needles + 2 thermal sensors b)IceRod tm I cryo-needles + 5 thermal sensors c)Disposable Urethra Warming Catheter & Tubing - 1 Each 1 d)Disposable cryo thermal sensors 3 e)Disposable cryo-needles14 f)Additional disposable as required Cryo-needles used are defined as: any cryo-needle which was unsealed from its sterile packaging under the instruction of the treating physician. Defective cryo-needle will be replaced at no change to MVAHCS. 4.Contractor can be charge per each additional cry-needle used beyond the 14 cryo-needles included in the quote. 5.Cryo-Ablation Professional Services a)Certified Cryo-System Technician b)Technician trained in the operation of the ultrasound system c)Medical preceptorship (cryo-ablation qualified urologist MD) as needed d)Physician training, as needed 6.Estimated annual # of cases: 15 - 20 B.REQUIREMENTS FOR LAPAROSCOPIC RENAL SERVICES 1. Sonographer & Cryo-System Technician 2.Rental of Cryo-Ablation System to include: cyro-ablation equipment, color-doppler ultrasound system with laparoscopic transducer, two (2) 17 Ga. IceRod tm cryo-needles, one (1) Thermal Sensor Needles and miscellaneous disposable supplies. 3.Any additional disposables required for Renal Services will be billed at contract rate. 4.Estimated annual # of cases: 15 - 20 C.REQUIREMENTS PVP LASER 1.Contractor will lease of PVP Laser System equipment, professional services of a certified technician and all supplies for use with the system. 2.List of equipment and supplies to be provided: 1)Laser generator by Laserscope, Inc. 2)Laser fibers as needed 3)At least two (2) short-beak cystoscopes (ACIM/Olympus) 4)One (1) pair of physician safety goggles plus 10 additional goggles for OR staffer 5)Laser safety signs 3.MVAHCS will acquire the necessary laser fibers directly from Laserscope under FSS pricing. Contractor will manage the inventory of fibers, the ordering and return of defective fibers. 4.MVAHCS will be directly responsible for cost of fibers plus shipping 5.Contractor inventory management fee per fiber assuming even distribution of 50 cases per year. 6.Contractor will bill MVAHCS for equipment usage and technicians time. Note: time measured consists of time spent on medical center premises from stet up to take down of equipment 7.Estimate annual # of cases: 15 - 20 8.Note: pricing will be reduced $5000 per cases if VA laser fibers are used. SERVICES INCLUDE BUT ARE NOT LIMITED TO THE FOLLOWING: 1.Contractor will provide qualified specialist(s) trained and experienced in providing cryotherapy services for urological surgical procedures. The specialist(s) provided must be licensed to provide medical services in the state of Minnesota. All services will be provided at the Minneapolis VA Health Care System facility. 2.The Contractor is responsible for keeping his equipment in good working order and shall provide all maintenance, repairs, and upgrades to the equipment as required to keep it in optimal condition. 3.The Contractor is responsible for assuring that key personnel of this contract have met Occupational Health requirements in accordance with OSHA Blood Borne Pathogens (BBP Law and the OSHA Tuberculosis Compliance Directive (enforceable under OSHA's General Duty Clause) 4.The Cryo-Ablation Specialist are subject to the same quality assurance standards established by the Joint Commission for Accreditation of Healthcare Organization (JCAHO). 5.The Contractor shall perform services in accordance with ethical professional and technical standard of the health care industry. 6.Persons provided by the Contractor must be technically proficient in the skills necessary, to include the ability to speak, understand, read and write English. 7.Contract personnel are responsible for compliance with all procedures in accordance with applicable MVAHCS written policies and procedures. New procedures or services will not be introduced without prior approval of the Medical Center Chief of Staff or authorized representative. 8.This is a fee for services contract and payments for any Contractor leave including sick leave, vacation, etc are the responsibility of the Contractor. Under no circumstances are Contractor's employees considered MVAHCS employees. 9.Key personnel assigned to the contract (technicians) are responsible for the contractor background check, annual VA privacy and security training requirements and VA fire safety training requirements. 10.All treatment will be provided at the Minneapolis VA Health Care System. The Contractor will operative the unit inside MVAHCS's Operating Room as directed by MVAHCS. 11.Services will be scheduled through the Urology Service. We expect the need to be one or more patients per week. On rare occasion, additional services may be added on a short notice or urgent basis. Normal work hours are Monday thru Friday from 7:00 am - 54:30 pm, excluding Federal holidays. 12.Contractor must be able to respond to elective scheduling (typically 1 week out) and be able to set up for a 1st case start with patient in the room at 7:45 am. 13.MVAHCS will furnish electrical services in adequate interior spaces. MVAHCS will provide support Urologist's services, nursing and anesthesia personnel. MVAHCS will provide pre-procedure evaluations, personnel during the procedure and follow-up post visit/treatment. 14.Contractor will have a quality assurance program in place which documents each case with reports showing individual and corporate results and comparisons with an annual update provided to the contract COR. 15.The Contractor will provide Urologist's training on the system at MVAHCS's request and offer in-house applications to assist and educate technologists and other facility personnel including OR staff. 16.Contractor will hold and submit current certificate of insurance for general liability and malpractice, workmen's compensation and vehicle insurance with annual renewals submitted to contract COR. 17.Contract key personnel (technicians) must be licensed to provide medical services in the state of Minnesota had have laser safety training and certificate. 18.Under no circumstances will Contractor bill any patient for any procedure. All costs will be charged only to VAMC at the designated rate(s) as listed by the Contractor in the Schedule of Items. Those rates will be all-inclusive per procedure/case/day. 19.Prior to the contract award the MVAHCS requires an onsite visit by the contractor to assure that site facility equipment requirements can be met. 20.The MVAMC COR (Contracting Officer Representative) will monitor the performance of the contract. Non-acceptance by the VA of contract personnel does not relieve the Contractor from satisfying and fulfilling the contract requirements. 21.The contractor will deliver and remove equipment on a scheduled or emergent basis. 22.Costs will be an all inclusive per cast cost. In the event that a case in cancelled within 24 hours of its start time, the stand-by fee is $2000 per cancelled case. 23.There is no on-site storage of equipment. 24.If cases are cancelled after Contractor's equipment and support personnel arrive, cases will be considered a no charge. 25.Employee training, credentialing and health status records will be provided for all key personnel listed on the contact on an annual basis to the contract COR. Performance Quality Assurance Program: 1.Provide/develop performance standards that are in-line with standards in the commercial community. a)Provide annually, assurance of 100% of the following Employee Training Records to assure compliance in each area: -Radiation Safety -OSHA -Infection Control -Contractor's Employee Orientation Checklist -Laserscope training certifications b)Provide Technician Health Status records to assure current with immunizations. Must provide annually to Contract COR. c)Technician Certification - Certified by the American Registry of Radiologic Technologist (ARRT). Must maintain current certification document with Contract COR. d)Demonstrates Contractor's quality assurance program which documents each case with reports dent showing individual and corporate results and comparisons. Provide individual patients reports, detailing data, procedure type, referring physician, exact procedure times, etc., delivered upon completion of scheduled procedure. Maintain and service equipment routinely to be fully operational without breakdowns, causing no delay to MVAMC patient procedures. Maintain service records to document performance reports. e)Provide certificate of insurance for general liability and malpractice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26313R0152/listing.html)
- Document(s)
- Attachment
- File Name: VA263-13-R-0152 VA263-13-R-0152_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=522733&FileName=VA263-13-R-0152-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=522733&FileName=VA263-13-R-0152-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA263-13-R-0152 VA263-13-R-0152_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=522733&FileName=VA263-13-R-0152-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;VA Midwest Health Care System;One Veterans Drive, Building 70;Minneapolis, MN 55417
- Zip Code: 55417
- Zip Code: 55417
- Record
- SN02927498-W 20121110/121108234448-6ff681b1c39bf37a537105ca6efad02d (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 |