Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 05, 2014 FBO #4729
DOCUMENT

Q -- Hemodialysis Services - Attachment

Notice Date
11/3/2014
 
Notice Type
Attachment
 
NAICS
621492 — Kidney Dialysis Centers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25515Q0106
 
Response Due
11/12/2014
 
Archive Date
12/27/2014
 
Point of Contact
Leah Thurman
 
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 QUOTES AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. The VA NCO 15 Contracting Center has been tasked to solicit for and award Acute Hemodialysis Services for the Wichita VAMC, Wichita, KS. Potential sources are responsible for the complete performance of the technical aspects of Hemodialysis Services. This includes providing the dialysis system, personnel, on continuous stand-by call coverage, equipment, supplies and maintenance of the VAMC's water treatment system per the PWS. 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. 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 621491. The Small Business Size Standard for this acquisition is $38.5M. 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 November 10, 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: VA255-15-AP-0547. Note: Email is the preferred method when receiving responses to this notice. DRAFT: Performance Work Statement PERFORMANCE WORK STATEMENT 1.GENERAL: Services Provided: Provide on-site acute/chronic hemodialysis services in accordance with the Performance Work Statement. The Contractor will be reimbursed at the rates specified in the schedule of services which will include all personnel, dialysis system, supplies, maintenance of the VAMC's water treatment system, equipment and to stand-by call. 1.1.Place of Performance - Robert J Dole VA Medical Center, 5500 E. Kellogg, Wichita, Kansas 67218 2.QUALIFICATIONS: 2.1 License - Contract provider(s) assigned by the Contractor to perform the services covered by this contract shall have a current/valid or restricted nurse's license in any State, Territory, or Commonwealth of the United States or the District of Columbia. 3.CONTRACTOR RESPONSIBILITIES 3.1.The contractor will provide the dialysis system and registered nurses to perform the requirements of this contract as outlined below. Personnel assigned by the contractor to perform services covered by the contract shall hold a State Board of Nursing license. The Wichita VAMC will provide the water treatment systems, the Contractor will provide needed labor, on continuous (7 days per week 24 hours per day) stand-by call coverage, supplies, equipment and maintenance of Wichita VAMC's water treatment systems for acute hemodialysis and peritoneal dialysis coverage at the Robert J. Dole VA Medical Center, 5500 E. Kellogg, Wichita, Kansas (VA), in addition they will provide acute/chronic hemodialysis on patients residing in the on-site Transitional Living Center (TLC). The VA will provide adequate clinical space. 3.2.Services shall be provided during normal business hours for each patient identified by the Wichita VAMC. In the event of a serious patient emergency during normal business hours on a day or time when the provider is not on site, the provider shall arrive at the Wichita VAMC within two (2) hours of notice or a request for services. Both parties shall agree upon the process by which notice shall be given to the provider. Contractor will have no more than 2 late arrivals per quarter. 3.3.In the event of a medical non-emergent need outside of normal business hours the provider shall arrive at the Wichita VAMC within six (6) hours of notice of a request for services. 3.4.The contractor will ensure that the water treatment system in place at the Wichita VAMC is maintained to meet the AAMI (Advancement of Medical Instrumentation) recommendations regarding water and dialysate fluid safety for hemodialysis. 3.5.On-going teaching program shall be offered patients to allow them to gain knowledge of the following: 3.5.1. A self-care concept 3.5.2. Normal kidney structure and function 3.5.3. Causes of kidney failure 3.5.4. Effects of kidney failure on the body 3.5.5. Medication regimen 3.5.6. Dietary regimen 3.5.7. Circulatory access 3.5.8. Hemodialysis/continuous ambulatory peritoneal dialysis (CAPD) principles and procedures. 3.6.Required medications (antihypertensives, erythropoietin, amtimicrobial agents, etc.) will be provided by the VA pharmacy upon submission of a prescription written by the contractor Nephrologist. 3.7.A specific plan of care shall be designed for each patient based upon nursing diagnosis or clinical nursing problems, expected patient outcomes and nursing intervention. Any of the following nursing diagnosis experienced by the patient shall be addressed by the plan of care: 3.7.1. Impairment of skin integrity 3.7.2. Fluid volume excess 3.7.3. Alteration in cardiac output related to hyperkalemia 3.7.4. Alteration in cardiac output secondary to hyperkalemia 3.7.5. Alteration in cardiac output related to uremia or dialysis-associated pericarditis, pericardial effusion and pericardial tamponade secondary to uremia and dialytic therapy 3.7.6. Activity intolerance related to uremia 3.7.7. Sexual dysfunction related to effects of uremia on endocrine system and/or psychosocial impact of renal failure and its treatment. 3.7.8. Alterations in comfort related to peripheral neuropathy caused by effects of uremia and peripheral nerves 3.7.9. Impaired gas exchange 3.7.10. Alterations in oral mucous membranes 3.7.11. Alterations in nutrition, less than body requirements 3.7.12. Impaired physical mobility 3.7.13. Anxiety 3.7.14. Powerlessness 3.7.15. Noncompliance 3.7.16. Grieving 3.7.17. Alterations in self-concept
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25515Q0106/listing.html)
 
Document(s)
Attachment
 
File Name: VA255-15-Q-0106 VA255-15-Q-0106.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1710049&FileName=VA255-15-Q-0106-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1710049&FileName=VA255-15-Q-0106-000.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: Robert J. Dole VAMC;5500 East Kellogg Ave;Wichita, KS
Zip Code: 67218
 
Record
SN03565000-W 20141105/141103234939-e8b34bcedb34c1e4d562ef62a2d0999f (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.