Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 02, 2016 FBO #5488
DOCUMENT

W -- Rental of Medical Lasers and Surgical Equipment with technicians to act as a resource for Ooperating Room staff for the VA San Diego Healthcare System - Attachment

Notice Date
11/30/2016
 
Notice Type
Attachment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26217Q0171
 
Response Due
12/8/2016
 
Archive Date
1/7/2017
 
Point of Contact
Hyacinthe Luna
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 541990 (size standard of $15.0 million) / 339112 (Size Standard of 1000 Employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide Surgical Laser Equipment Rental and Technicians that at a minimum meets the following salient characteristics/statement of work: The contractor shall provide to VASDHS the rental of the following equipment on a per case basis. Contractor will also provide the necessary attachments, supplies, fibers, and accessories needed to operate each laser. Hours of Work: 24 hour service/ 7 days a week with a maximum of three (3) hour delivery time; delivery of specialty lasers, disposable items and support personnel upon VASDHS request. The Contractor shall provide the vehicles used for transporting the rental equipment that meet the Department of Transportation Regulations. Contractor is to provide on-call 24 hour 7 days a week service for rental of lasers, disposable and personnel to assist with equipment. The types of mobile lasers required by this VA facility include: Holmium laser machine (Low and High Watt), Omniguide Enabled Laser, Greenlight laser machine (HPS 120 Watt or XPS180 Watt), CO2 laser, and Argon Beam Coagulator (ABC) to include associated disposables and a certified laser technician. The Contractor's facility shall maintain certification by the Joint Commission. The Contractor is responsible for assuring that all persons, whether they be employees, agents, subcontractors, providers or anyone acting for or on behalf of the contractor, are properly licensed at all times under applicable state and federal laws and/or regulations. The contractor shall provide evidence of license renewal, as appropriate. If accreditation is updated during the performance of this agreement, the contractor shall furnish the VASDHS with a copy of their Joint Commission along with any other licensing and accrediting organizations. Provide an extensively trained laser technician to assist OR staff and help ensure safe utilization of the laser system on the patient who are either employees of Contractor or a Contractor-affiliated entity ( Staff ). Contractor will not use subcontractors. Wear appropriate/approved operating room attire while in the perioperative suite. Provide all necessary fibers and accessories for each laser case. Complete and maintain all Laser Safety documentation for the laser technicians and provide it to VA Healthcare Operating Room staff. Ensure the Laser Safety Policy and Procedures are written and maintained in accordance with The Joint Commission, ANSI and by manufacturer recommendations. Be available for all scheduled cases in a timely manner; and make every reasonable effort to be available for emergency or non-scheduled cases. Be present prior to the induction of the anesthesia and throughout the surgical procedure. Equipment delivered and serviced by trained and certified technicians, supports compliance with The Joint Commission guidelines. Document the services using its own form of clinical record, the original of which shall become part of Government s permanent medical record, and to complete documentation related to medical records. Contractor and its Staff shall not be responsible for providing any services or care to patients of the Government, or in any way interact with patients, except as necessary to provide the Services pursuant to this Agreement. Contractor reserves the right to make all decisions regarding its Staff, including, but not limited to, hiring, retention, and scheduling as mutually agreed. Notwithstanding Contractor agrees to remove from Government any Staff individual to whom the Government reasonably objects. In the event of the removal of a Staff individual, and for the purpose of facilitating Contractor s prompt replacement of such individual, Government agrees to have in place a process by which Contractor can have such replacement individual granted Government privileges as soon as practicable. Any delay in granting privileges so that Contractor is unable to perform the Services shall not be deemed a breach of this Agreement by Contractor. Provide documentation of quality control, quality assurance, policy and procedure manual to the VASDHS Surgical Service. Be responsible for all ordering and maintenance of equipment and supplies necessary for laser system utilization. Provide all maintenance documentation of equipment to the VASDHS Surgical Service. Material Safety Data Sheets shall be provided to the facility Contracting Officer Representative (COR) upon request at no additional cost. All transportation charges for lasers and disposable shall be included in rental fee. Additional charges such as delivery fees, hazardous materials fees, fuel surcharges, not in product price list, SHALL NOT BE BILLED to collect from the facility for orders received. Workers Compensation and Employer s Liability: The Contractor is required to comply with applicable Federal and State worker's compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $1,000,000 shall be required. General Liability: (1) The Contractor is required to maintain bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) The Contractor will be responsible for all damage to property, which may be caused by him, or any employee engaged in the performance of this contract. Automobile Liability: The Contractor is required to maintain automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the U.S. shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. Before commencing work under this contract, the Contracting Officer may require the Contractor to furnish certification from his insurance company indicating that the coverage outlined in paragraphs (a) thru (c) have been obtained and that it may not be changed or canceled without a guaranteed thirty (30) days notice to the Contracting Officer. The Contracting Officer may waive the requirement if it is determined that insurance certifications now on file are acceptable, however, new certifications shall be furnished prior to the expiration date. To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal health care programs, the Contractor is required to check the Health and Human Services Office of Inspector General (HHS/OIG), List of Excluded Individuals/Entities on the OIG Website (www.hhs.gov/oig) for each person providing services under this contract Further the Contractor is required to certify in its proposal that all persons listed in the Contractor's proposal have been compared against the OIG list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. Contractor must adhere to the provisions of Public Law 104-191, Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the National Standards to Protect the Privacy and Security of Protected Health Information (PHI). As required by HIPAA, the Department of Health and Human Services (HHS) has promulgated rules governing the security and use and disclosure of protected health information by covered entities, including the Department of Veterans Affairs (VA). In accordance with HIPAA, the Contractor may be required to enter into a Business Associate Agreement (BAA) with VA. The 10 holidays observed by the Federal Government and any other day specifically declared by the President of the United States to be a national holiday. I.D. Badges: All Contractor personnel are required to wear identification (I.D.) Badges during the entire time they are on the VA Healthcare Medical grounds. I. D. Badges must have an identification picture, name of the individual and the represented company depicted on it. Parking: It is the responsibility of the contractor personnel to park in the appropriate designated parking area. Parking information is available at the VA Police Department. The VA Police Department will not invalidate or make reimbursement for parking violations of the contractor's personnel under any circumstance. Prior to disposing of non-repairable Government-owned equipment, pumps, parts, fittings, and appurtenances, the Contractor shall contact the ordering activity. The Contractor shall make disposition in accordance with the ordering activity s instructions. The Contractor shall be paid for all services performed and authorized by this agreement, up to the determination that a laser is non-repairable, at the prices listed herein the agreement. The contractor shall not charge any additional fees, other than those specified in this agreement, for the return of lasers to the ordering activity. Non-repairable lasers returned to the ordering facility will not be charged any additional fees, other than the fees specified in the agreement. Non-repairable lasers returned to the ordering facility will not be charged any additional fees, other than the fees specified in the agreement. Note: Please provide pricing details for equipment and service charges. Also provide information, availability and pricing details for other available urological laser system rentals. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HubZone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? Please provide general pricing for your products/solutions for market research purposes. Note: Please provide pricing details for both equipment and service charge. Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to hyacinthe.luna@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Thursday, December, 8 2016 at 1:00 p.m. PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Period of Performance anticipated for this service request is from January 15, 2017 for one year, with up to three option year renewals at the discretion of the government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26217Q0171/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-17-Q-0171 VA262-17-Q-0171.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3135951&FileName=VA262-17-Q-0171-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3135951&FileName=VA262-17-Q-0171-000.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: Department of Veterans Affairs;VA San Diego Heathcare System;Surgical - Operating Room;3350 La Jolla Village Dr.;San Diego, CA
Zip Code: 92161
 
Record
SN04338650-W 20161202/161130233857-82e7013d2c596e7950ab2f3deebb4cbb (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.