Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 10, 2014 FBO #4430
DOCUMENT

Q -- Hematology/Oncology Services - Attachment

Notice Date
1/8/2014
 
Notice Type
Attachment
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25514R0357
 
Response Due
1/15/2014
 
Archive Date
4/15/2014
 
Point of Contact
Leah Thurman
 
E-Mail Address
4th
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE. This notice is a market survey and is for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. VA Network Contracting Office 15 has been tasked to solicit for and award Hematology/Oncology Physician Services for the Wichita VAMC, Wichita, KS. Potential sources are responsible for the complete performance of the comprehensive treatment of Hematology/Oncology procedures. This includes providing treatment of patients with cancer that need chemotherapy on an outpatient and inpatient basis, ward evaluations, new outpatients and follow-up patient clinics and 24/7 365 days on-call coverage. The contract provider will be expected to follow the rules and regulation of the VA to include utilizing the VA computer patient record system (CPRS) for documentation of medical care provided to patients. No solicitation is currently available at this time. The proposed project is anticipated to be a firm, fixed-price requirement to provide five (5) half day clinics a week to Wichita VAMC. The type of solicitation to be issued will depend upon the responses to this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requested. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of the Business Community to include Small Business or Large Business, Veteran Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZONE, 8(a), etc., to complete and perform a Firm, Fixed-Price contract. After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published at a later time. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The duration of the requirement is for a base period (start-TBD and end TBD) with four each one-year option periods. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 621111. The Small Business Size Standard for this acquisition is $10M. Please limit your response to this synopsis to five pages and please include the following information: -Your company's name, addresses, point of contact, phone number, and email address. -Your company's interest in submitting a proposal on the solicitation when it is issued. -Your company's capability to meet the requirements. -Your company's capability to perform a contract of this type and comparable work performed within the past three years to include a brief description of the project, customer's name, phone number and address, period of performance, and dollar value of the project. -Your company's Business Size (Large or Small) and Socioeconomic Status (Veteran Owned, SDVOSB, HUBZONE, 8(a), etc.). -Your company's Joint Venture information (if applicable and include copy of agreement) - existing and potential Please provide a capability statement addressing your organization's ability to perform as a prime contractor the work described in the draft PWS (below). Index your firm's capabilities to the tasks in the draft PWS so that your firm's capabilities can be readily assessed. This is not a request for proposal and in no way obligates the Government to award any contract. Interested companies are asked to respond to this Sources Sought Notice no-later-than 4:00 PM (CST) on January 15, 2014. All interested companies must be registered in SAM (http://www.sam.gov/) to be eligible for award of government contracts. Please mail, fax or email your response to: Leah Thurman NCO 15 Contracting Office, 3450 S. 4th Street, Leavenworth, KS; 60048, Email Address: leah.thurman@va.gov, Fax No. (913) 946-1198. Please reference the following solicitation number in the subject line of all correspondence submitted: VA255-14-AP-1496. Note: Email is the preferred method when receiving responses to this notice. DRAFT: Performance Work Statement PERFORMANCE WORK STATEMENT 1. GENERAL INFORMATION a. Description of Services (1) The establishment of contract services is necessary to provide Oncology/Hematology Physician Services for the Veteran patients assigned to the Wichita, KS VA Medical Center. (1) The Contractor shall provide all personnel, supervision and non-personal services necessary to perform Oncology/Hematology Physician services as defined in this Performance Work Statement except for those items specified as Government responsibilities. b. Scope (1) Services consist of providing physician staff for five (5) half day clinics per week by a board eligible/certified oncology/hematology physician. These services are to be performed at Department of Veterans Affairs, Robert J. Dole VA Medical Center (VAMC), 5500 Kellogg, Wichita, KS 67218. The contractor will be reimbursed at the hourly rate for the physician providing services, actual hours of services rendered on-site. (2) "Contractor employee" within this contract is defined as an employee of the prime contractor or of any subcontractor, affiliate, partner, joint venture, or team members with which the Contractor is associated. It also includes consultants engaged by any of those entities. c. Qualifications (1) The Contractor employee must be board certified or board eligible for certification by the American Board of Internal Medicine in the clinical specialty Hematology and/or Oncology. (2) Licenses (A) Personnel assigned by the Contractor to perform the services covered by contract shall be licensed in a State, Territory, or Commonwealth of the United States or the District of Columbia to provide services. The qualifications of such personnel shall also be subject to review by the VAMC Executive Committee, Chief of Staff and approval by the VAMC Director. Copies of the certificate(s) shall be submitted with the Contractor's proposal. 2. CONTRACTOR RESPONSIBILITES a. Work Schedule (1) The Contractor shall conduct clinics five (5) half days a week. (2) The above clinic times will be mutually agreed upon by both the VAMC and Contractor and will be coordinated by the COR. b. Description of Services (1) Oncology services are required to be performed at Robert J. Dole VAMC. Services shall include but are not limited to: (A) The comprehensive treatment of patients with cancer that need chemotherapy on an outpatient and inpatient basis, ward evaluations, new outpatients and follow-up patient clinics and 24/7 365 days on-call coverage. (B)Overseeing the Oncology Program. (C)Tumor Board participation. (D) Oversight for administration of chemotherapy, quality assurance and working with pharmacy etc. for cost avoidance/reduction measures. (E)The contractor shall document all care, inpatient and outpatient, in the VAMC CPRS system including patient encounters. (F)Provide training supervising for oncology nurse practitioner/physician assistant if needed. (G) The contractor shall provide documentation of care provided in the form of comprehensive written or dictated notes in the clinical record within 3 working days. Dictated notes shall be input into the VA computerized system. (H) Inpatient consults are on a physician-to-physician basis. Specialty Care Service shall be notified if the clinic needs to be cancelled; a 30 days' notice needs to be provided. (2) The contract provider(s) shall spend approximately 95% of their scheduled time in direct patient care. The remainder of their scheduled time, 5%, will be used in administrative duties such as charting and meetings.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25514R0357/listing.html)
 
Document(s)
Attachment
 
File Name: VA255-14-R-0357 VA255-14-R-0357.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1153889&FileName=VA255-14-R-0357-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1153889&FileName=VA255-14-R-0357-002.docx

 
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: Robert J. Dole VAMC;5500 E Kellogg;Wichita, KS
Zip Code: 67216
 
Record
SN03263135-W 20140110/140109000517-fb211ea228f66259e8aacda37a54262a (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.