Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2014 FBO #4579
DOCUMENT

Q -- Opiate Replacement Treatment Services - Attachment

Notice Date
6/6/2014
 
Notice Type
Attachment
 
NAICS
621112 — Offices of Physicians, Mental Health Specialists
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25914I0513
 
Response Due
7/7/2014
 
Archive Date
8/6/2014
 
Point of Contact
Ian Boettcher
 
E-Mail Address
3-5425<br
 
Small Business Set-Aside
N/A
 
Description
Salt Lake City VAMC - Opiate Replacement Therapy This is a Sources Sought Notice (NOT A SOLICITATION). The Salt Lake City VAMC is seeking potential sources to provide opiate replacement therapy to approved, VA referred patients. Please direct questions to ian.boettcher@va.gov Vendors must be located in the Salt Lake City Region between Ogden and Provo. Opiate Replacement services provide the opiate addicted individual with opiate replacement (buprenorphine (Suboxone) or methadone), and individual and group therapy. Opiate addicted individuals, without treatment, are at much greater risk of death, HIV infection, criminality, high use of emergency services, inpatient psychiatric and substance abuse stays, and unemployment. Research has shown that when opiate addicted individuals receive opiate treatment, their use of heroin drops on average from 89% to less than 30%. This decrease reduces their risk of death, HIV and Hepatitis C infection, crime, and increases their capacity for work and relationships, and entices normally resistant clients into treatment. Access to Opiate Replacement treatment dramatically changes the lives of individuals in need. General Requirements: Contractor is to provide the following services: a.Assessment and treatment planning. b.Pharmacotherapy using buprenorphine (Suboxone) or methadone. c.Individual and group therapy counseling. d.Urine drug testing e.It is agreed that duly authorized representatives of the DVA will assist the contract facility with care coordination for Veterans. It is understood that these efforts do not substitute, nor relieve, the contract program in any way of the responsibility for the care and medical treatment of the Veteran. Contractor Requirements: Standards include the provision of pharmacotherapy in addition to individual and group counseling. Since federal standards for such facilities are minimal and broadly defined, the facility must meet the following VA standards: a.Licensed under State or Federal authority. b.Have a current, valid DEA license for Opiate Replacement Treatment. c.Have a Pharmacy license. d.Must be accredited under one of the following: The Joint Commission, CARF, or COA. e.The clauses, Privacy Act Notification (FAR 52.224-1) and Privacy Act (FAR 52.224-2) shall be incorporated into this contract. All interested firms shall submit a response demonstrating their capabilities with regard to the above requirement. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely with the Government discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, veteran owned small business/service disabled veteran owned small business or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominated in the field of operation in which it is proposing on Veterans Administration contracts and with its affiliate. NAICS code to be used for this acquisition is 621112 ($10.0M). The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUB Zone, 8(a), WOSB, VOSB, etc). All prospective vendors must be registered and current within the System for Award Management (SAM). Visit www.sam.gov for details. In addition, all SDVOSBs and VOSBs must be registered and current within VetBiz. Visit www.vetbiz.gov for details. All responses must be received by 7-07-2014 at 4:30 pm MST POC for this notice is Ian Boettcher / ian.boettcher@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25914I0513/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-14-I-0513 VA259-14-I-0513.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1410378&FileName=VA259-14-I-0513-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1410378&FileName=VA259-14-I-0513-000.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: Salt Lake City area between Ogden and Provo
Zip Code: various
 
Record
SN03388178-W 20140608/140606234632-12b7ee92697c09fec98e2ec9f2b28557 (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.