DOCUMENT
Q -- Otolaryngological (ENT) Services On-Call - Attachment
- Notice Date
- 12/14/2016
- Notice Type
- Attachment
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24917R0051
- Response Due
- 1/31/2017
- Archive Date
- 3/2/2017
- Point of Contact
- Charlene R Neal
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, and is being conducted under FAR Subpart 13; simplified acquisition procedures. VA will conduct the procurement according to a combination of FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. (ii) This solicitation is issued as a request for proposal (RFP). Submit a written proposal on RFP VA249-17-R-0051. The Government requires that all Contractors doing business with this office be registered with System for Award Management (SAM). No award can be made to a company not registered in SAM. For additional information and to register in SAM, please access the following web site: https://www.sam.gov/. Please ensure that the representations and certifications are completed to allow Contracting Officers to determine your business size and any additional socio-economic categories, if applicable. In order to register, all firms must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by accessing the Dunn & Bradstreet website at https://iupdate.dnb.com/iUpdate/newUserLogin.htm or by phone at (800) 234-3867. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-69, August 1, 2013. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR). (iv) This solicitation is issued as full and open competition. The North American Industry Classification System (NAICS) code is 621111 and the size standard is $11M. (v) This combined synopsis/solicitation is for the following commercial service: Comprehensive professional services of physicians who are certified or eligible for certification by the American Board of Otolaryngology to perform on-call Otolaryngology Services to eligible beneficiaries of the Department of Veterans Affairs, James H. Quillen VA Medical Center (hereinafter referred to as JHQVAMC). Contractor must be available to respond to calls from the JHQVAMC 24 hours per day, seven days per week. The contractor must respond to the call from the JHQVAMC within 15 minutes and able to be on site at the James H. Quillen VA Medical Center in one hour (60 minutes). (vi) The period of performance is indicated below: Base Period Date of award through September 30, 2017 CLIN 0001- Weekend On-Call Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement (Weekend hours are from 12:01 a. m. Saturday through midnight Sunday) CLIN 0002- Weekday On-Call Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement (Weekday consists of 24 hours beginning at 12:01 am to midnight of the same day, Monday through Friday are considered weekdays). CLIN 0003- On-Site Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement. (On-site rate is applicable when the physician must come to the VA to assess the veteran, regardless of day or time) Option Year 1 - Period of Performance: October 1, 2017 through September 30, 2018 CLIN 1001- Weekend On-Call Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement (Weekend hours are from 12:01 a. m. Saturday through midnight Sunday) CLIN 1002- Weekday On-Call Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement (Weekday consists of 24 hours beginning at 12:01 am to midnight of the same day, Monday through Friday are considered weekdays). CLIN 1003- On-Site Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement. (On-site rate is applicable when the physician must come to the VA to assess the veteran, regardless of day or time) Option Year 2- Period of Performance: October 1, 2018 September 30, 2019 CLIN 2001- Weekend On-Call Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement (Weekend hours are from 12:01 a. m. Saturday through midnight Sunday) CLIN 2002- Weekday On-Call Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement (Weekday consists of 24 hours beginning at 12:01 am to midnight of the same day, Monday through Friday are considered weekdays). CLIN 2003- On-Site Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement. (On-site rate is applicable when the physician must come to the VA to assess the veteran, regardless of day or time) Option Year 3- Period of Performance: October 1, 2019 September 30, 2020 CLIN 3001- Weekend On-Call Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement (Weekend hours are from 12:01 a. m. Saturday through midnight Sunday) CLIN 3002- Weekday On-Call Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement (Weekday consists of 24 hours beginning at 12:01 am to midnight of the same day, Monday through Friday are considered weekdays). CLIN 3003- On-Site Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement. (On-site rate is applicable when the physician must come to the VA to assess the veteran, regardless of day or time) (vii) PERFORMANCE WORK STATEMENT GENERAL SERVICES REQUIRED: The Veterans Health Administration (VHA) intends to establish a contract for comprehensive professional services of physicians who are certified or eligible for certification by the American Board of Otolaryngology to perform on-call Otolaryngology Services to eligible beneficiaries of the Department of Veterans Affairs, James H. Quillen VA Medical Center (hereinafter referred to as JHQVAMC). Contractor must be available to respond to calls from the JHQVAMC 24 hours per day, seven days per week. The contractor must respond to the call from the JHQVAMC within 15 minutes and able to be on site at the James H. Quillen VA Medical Center Corner of Lamont and Veterans Way, Mountain Home, TN within 60 minutes. The contractor must have at least three (3) physicians who are certified or eligible for certification by the American Board of Otolaryngology to perform on-call Otolaryngology Services. POLICY AND REGULATIONS: Contractor shall comply with all applicable policy and regulations, including, but not limited to, the following: VHA Directive 2006-041 Veterans Health Care Service Standards (expired but still in effect pending revision) https://www1.va.gov/vhapublications/ViewPublication.asp?pub ID+1443 VHA Handbook 1100.17: National Practitioner Data Bank Reports - http://www1.va.gov/vhapublications/ViewPublication.asp?pub_ID=2135 VHA Handbook 1100.18 Reporting And Responding To State Licensing Boards - http://www1.va.gov/vhapublications/ViewPublication.asp?pub_ID=1364 VHA Handbook 1100.19 Credentialing and Privileging - http://www1.va.gov/vhapublications/ViewPublication.asp?pub_ID=1806 Privacy Act of 1974 (5 U.S.C. 552a) as amended http://www.justice.gov/oip/foia_updates/Vol_XVII_4/page2.htm VHA Handbook 1907.01 Health Information Management and Health Records: http://www1.va.gov/vhapublications/ViewPublication.asp?pub ID=2791 1.2.7.VHA Handbook 1220.01 Operative Complexity DEFINITIONS/Acronym: ACGME: Accreditation Council for Graduate Medical Education CDC: Centers for Disease Control and Prevention CEU: Certified Education Unit CME: Continuing Medical Education CMS: Centers for Medicare and Medicaid Services COS: Chief of Staff CPRS: Computerized Patient Recordkeeping System- electronic health record system used by the VA. FSMB: Federation of State Medical Boards HHS: Department of Health and Human Services HICPAC: Healthcare Infection Control Practices Advisory Committee- a federal advisory committee made up of 14 external infection control experts who provide advice and guidance to the CDC and the Secretary of HHS regarding the practice of health care infection control, strategies for surveillance and prevention and control of health care associated infections in United States health care facilities. HIPAA: Health Insurance Portability and Accountability Act ISO: Information Security Officer QMP: Quality Management Program TJC: The Joint Commission VetPro: a federal web-based credentialing program for healthcare providers. QUALIFICATIONS: LICENSE: Personnel assigned by the Contractor to perform the services covered by this contract shall be licensed in a State, Territory or Commonwealth of the United States or District of Columbia. Contractor staff must submit evidence of at least one full, active, current and unrestricted licensure, registration, certification, and/or other relevant credentials, for verification prior to appointment and throughout the employment process, as requested by the COR. Contractor is responsible for keeping the VA COR apprised of anything that would adversely affect or otherwise limit their clinical privileges. Note: Failure to keep VA fully informed on these matters may result in administrative or disciplinary action. BOARD CERTIFICATION /ELIGIBILITY: Contractor s Otolaryngologists must be certified or eligible for certification by the American Board of Otolaryngology. All continuing education required for maintaining certification must be kept up to date at all times. CREDENTIALING AND PRIVILEGING: Credentialing and privileging will be done in accordance with the provisions of VHA Handbook 1100.19. This VHA Handbook provides updated VHA procedures regarding credentialing and privileging, to include incorporating: VHA policy concerning VetPro; the Expedited Medical Staff Appointment Process; credentialing during activation of the facility Disaster Plan; requirements for querying the FSMB; credentialing and privileging requirements for Telemedicine and remote health care; clarifications for the Summary Suspension of Privileges process in order to ensure both patient safety and practitioner rights; and the credentialing requirements for other required providers. No services shall be provided by any contract physician(s) prior to obtaining approval by the VA JHQVAMC Professional Standards Board, Medical Executive Board and Medical Center Director. TECHNICAL PROFICIENCY: Contractors shall be technically proficient in the skills necessary to fulfill the government s requirements, including the ability to speak, understand, read and write English fluently. Contractor will provide documents as needed to verify current and ongoing competency, skills, certification and/or licensure related to the provision of care, treatment and/or services performed. CONTINUING CME/CEU REQUIREMENTS: Contractor will provide the COR copies of current CMEs as required or requested by the VAMC. Contractors registered or certified by national/medical associations shall continue to meet the minimum standards for CME to remain current. CME hours shall be reported to the credentials office for tracking. These documents are required for both privileging and re privileging. Failure to provide will result in loss of privileges. TRAINING (VA MANDATORY): Contractors shall meet all VA educational requirements. All mandatory courses must be completed by the Contractor staff as required by the VA. STANDARD PERSONNEL TESTING/INFECTION CONTROL-DOCUMENTS TO BE SUBMITTED ANNUALLY ON THE ANNIVERSARY OF THE CONTRACT Contractor shall provide proof of the following tests for their staff within five (5) calendar days after contract award and prior to the first duty shift to the COR and Contracting Officer. Tests shall be current within the past year. TUBERCULOSIS TESTING: Contractor shall provide proof of a negative reaction to PPD testing for all Contractor staff. A negative chest radiographic report for active tuberculosis shall be provided in cases of positive PPD results. The PPD test shall be repeated annually. RUBELLA TESTING: Contractor shall provide proof of immunization for all Contractor staff for measles, mumps, rubella or a rubella titer of 1.8 or greater. If the titer is less than 1.8, a rubella immunization shall be administered with follow-up documentation to the COR. OSHA REGULATION CONCERNING OCCUPATIONAL EXPOSURE TO BLOODBORNE PATHOGENS: Contractors shall provide generic self-study training for all Contractor staff; provide their own Hepatitis B vaccination series at no cost to the VA if they elect to receive it; maintain an exposure determination and control plan; maintain required records; and ensure that proper follow-up evaluation is provided following an exposure incident. The VAMC shall notify the Contractor of any significant communicable disease exposures as appropriate. Contractors shall adhere to current CDC/HICPAC Guideline for Infection Control in health care personnel ( as published in American Journal for Infection Control- AJIC 1998; 26:289-354 http://www.cdc.gov/hicpac/pdf/InfectControl98.pdf) for disease control. Contractors shall provide follow up documentation of clearance to return to the workplace prior to their return. CONFLICT OF INTEREST: the Contractor and all Contractor staff are responsible for identifying and communicating to the CO and COR conflicts of interest at the time of proposal and during the entirety of contract performance. At the time of proposal, the Contractor shall provide a statement which describes, in a concise manner, all relevant facts concerning any past, present, or currently planned interest (financial, contractual, organizational, or otherwise) or actual or potential organizational conflicts of interest relating to the services to be provided. The Contractor must also provide relevant facts that show how it s organizational and/or management system or other actions would avoid or mitigate any actual or potential organizational conflicts of interest. TECHNICAL DIRECTION: The qualifications of Contractor personnel are subject to review by VA Medical Center COS or his/her clinical designee and approval by the Medical Center Director as provided in VHA Handbook 1100.19. Technical direction of all clinical personnel covered by this contract will be provided by the VAMC COS and/or the Chief of the Service or his designee. TORT: The Federal Tort Claims Act does not cover Contractors or Contractor s staff. When a Contractor or a member of their staff has been identified as a provider in a tort claim, The Contractor is responsible for notifying their legal counsel and/or insurance carrier. Any settlement or judgment arising from a Contractor s (or Contractor s staff) action or non-action is the responsibility of The Contractor and/or insurance carrier. KEY PERSONNEL AND EMERGENCY SUBSTITUTIONS During the first ninety (90) days of performance, the Contractor shall make NO substitutions of key personnel unless the substitution is necessitated by illness, death or termination of employment. The Contractor shall notify the CO, in writing, within 15 calendar days after the occurrence of any of these events and provided the information required by paragraph (c) below. After the initial 90-day period of the contract the Contractor shall submit the information required by paragraph (c) to the CO at least 15 days prior to making any permanent substitutions. The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the CO. Proposed substitutes shall have comparable qualifications to those of the persons being replaced. The CO will notify the Contractor within 15 calendar days after receipt of all required information of the decision on the proposed substitutes. The contract will be modified to reflect any approved changes of key personnel. For temporary substitutions where the key person will not be reporting to work for three (3) consecutive work days or more, the Contractor will provide a qualified replacement for the key person. The substitute shall have comparable qualifications to the key person. Any period exceeding two weeks will require the procedure as stated above. FEDERAL HOLIDAYS The following holidays are observed by the Department of Veterans Affairs: New Year s Day Washington s Birthday Martin Luther King s Birthday Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Christmas Any day specifically declared by the President of the United States to be a national holiday. CONTRACTOR RESPONSIBILITIES a. The VAMC shall inform the contractor of all applicable Sentinel Events or other Patient Safety Alerts by the VAMC. Any action plans that result from a Root Cause Analysis that pertain to contractor's service must be implemented with dissemination to other staff and residents. Every effort shall be made by the contractor to prevent medication errors, falls, and patient injury caused by acts of commission or omission in the delivery of care. All events related to patient injury, medication errors, and other breeches of patient safety will be reported to the Chief of Surgery and the Risk Manager via the VAMC Incident Report. b. Contractor is responsible for ensuring that documentation of all patient care relating to Otolaryngology is in accordance with The Joint Commission (TJC) hospital standards, HCFA guidelines, and JHQVAMC policies. STANDARDS OF PRACTICE: Contractors shall cover the range of Otolaryngological Services that meet the standards as established by the Joint Commission hospital standards, the Department of Veterans Affairs and any other organization having review authority over operations of Otolaryngological Services of the JHQVAMC, Mountain Home, Tennessee. MEDICAL RECORDS Authorities: Contractors providing healthcare services to VA patients shall be considered as part of the Department Healthcare Activity and shall comply with the U.S.C.551a (Privacy Act), 38 U.S.C. 5701 (Confidentiality of claimants records), 5 U.S.C. 552 (FOIA), 38 U.S.C. 5705 (Confidentiality of Medical Quality Assurance Records) 38 U.S.C. 7332 (Confidentiality of certain medical records), Title 5 U.S.C. § 522a (Records Maintained on Individuals) as well as 45 C.F.R. Parts 160, 162, and 164 (HIPAA). HIPAA: This contract and its requirements meet exception in 45 CFR 164.502(e), and do not require a BAA in order for Covered Entity to disclose Protected Health Information to: a health care provider for treatment. Based on this exception, a BAA is not required for this contract. Treatment and administrative patient records generated by this contract or provided to the Contractors by the VA are covered by the VA system of records entitled Patient Medical Records-VA (24VA19). Disclosure: Contractor and Contractors may have access to patient medical records: however, Contractor and Contractors must obtain permission from the VA before disclosing any patient information. Subject to applicable federal confidentiality or privacy laws, the Contractor, or their designated representatives, and designated representatives of federal regulatory agencies having jurisdiction over Contractor, may have access to VA s records, at VA s place of business on request during normal business hours, to inspect and review and make copies of such records. The VA will provide the Contractor with a copy of VHA Handbook 1907.1, Health Information Management and Health Records and VHA Handbook 1605.1, Privacy and Release of Information. The penalties and liabilities for the unauthorized disclosure of VA patient information mandated by the statutes and regulations mentioned above, apply to the Contractor, Contractors and/or Sub-Contractors. Professional Standards for Documenting Care: Care shall be appropriately documented in medical records in accordance with standard commercial practice and guidelines established by the VAMC. Medical record entries shall be maintained in detail consistent with good medical and professional practices so as to facilitate internal and external peer reviews, medical audits and follow-up treatments. Copies of received medical information shall be authenticated (signed) copies. The quality of medical practice shall meet or exceed reasonable standards of professional practice for the required services in health care as determined by the same authority that governs VAMC medical professionals and will be audited by the Medical Center, Service Line or other processes established for that purpose. Release of Information: The VA shall maintain control of releasing any patient medical information and will follow policies and standards as defined, but not limited to Privacy Act requirements. In the case of the VA authorizing the Contractor and Contractors to release patient information, the Contractor in compliance with VA regulations, shall use VA Form 3288, Request for and Consent to Release of Information from Individual s Records, to process Release of Information Requests. The Contractor shall use VA Form 10-5345, Request for and Authorization to Release Medical Records or Health Information, when releasing records protected by 38 U.S.C. 7332. Treatment and release records shall include the patient s consent form. Completed Release of Information requests will be forwarded to the VA Privacy Officer at the following address: James H. Quillen VA Medical Center, Corner of Lamont and Veterans Way, ATTN: Privacy Officer, Mountain Home, TN 37684. DIRECT PATIENT CARE: Approximately 95% of the time involved in direct patient care. Scope Of Care: Contract Physician(s) shall be responsible for providing Otolaryngological Care, including, but not limited to: Contractor Physician(S) shall provide consultative services at the patient s bedside if the patient is not ambulatory and in the Emergency Department setting. Medications: Contractor Physician(S) shall follow all established medication policies and procedures. No sample medications shall be provided to patients. Discharge Education: Contractor Physician(S) shall provide discharge education and follow up instructions that are coordinated with the next care setting for all Neurosurgery clinical or surgical patients. ADMINISTRATIVE: Approximately 5% of the time not involved in direct patient care. QA/QI Documentation: The Contract Physician (s) shall complete the appropriate QM/PI documentation pertaining to all procedures, complications and outcome of examinations. Patient Safety Compliance and Reporting: Contract Physician (S) shall follow all established patient safety and infection control standards of care. Contract Physician (s) shall make every effort to prevent medication errors, falls, and patient injury caused by acts of commission or omission in the delivery of care. All events related to patient injury, medication errors, and other breeches of patient safety shall be reported to the COR and VA Patient Safety Officer. As soon as practicable (but within 24 hours) Contractors shall notify COR of incident and submit to the COR the patient safety report, following up with COR as required or requested. MANDATORY TRAINING AND ADP SECURITY Contractor s staff will meet all VA Contractor educational requirements. In performance of official duties, Contractor s staff have regular access to printed and electronic files containing sensitive data, which must be protected under the provisions of the Privacy Act of 1974 (5 U.S.C. 552a), and other applicable laws, Federal Regulations, Veterans Affairs statutes, policies and regulations. Contractor s staff are responsible for (1) protecting that data from unauthorized release or from loss, alteration, or unauthorized deletion and (2) following all applicable regulations and instructions regarding access to computerized files, release of access codes, etc., as set out in a computer access agreement which contract provider(s) signs. Contractor s staff shall complete required security training and sign a VA Computer Access Agreement prior to having access to the VA computer system. Security Training will be accomplished annually. Contractor s staff shall select training modules for Privacy Training and Information Security Training. Upon completion of the training, please fax training certificates to the Contracting Officer at 615-849-3789. Contractor s staff will attend CPRS training prior to providing any patient care services. Contractor s staff shall document patient care in CPRS to comply with all VA and equivalent Joint Commission standards. Rules of Behavior for Automated Information Systems: Contractor s staff members having access to VA Information Systems are required to read and sign a Rules of Behavior statement which outlines rules of behavior related to VA Automated Information Systems. The COR will provide, through the facility ISO, the Rules of Behavior to The Contractor for the respective facility. VA Compliance Business and Integrity (CBI) Training: Contractor shall provide documented proof to the contracting officer or COR that all Contractor s staff and sub-Contractor Contractors assigned revenue cycle-related work have received their annual CBI Training. Other Mandatory VA training as required. Contractors will be briefed on all required training by the COR upon reporting to the VAMC medical center. Contractor may invoice for time required to complete mandatory VA training. (viii). PRICE/COST SCHEDULE: The Contractor shall furnish physicians who are certified or eligible for certification by the American Board of Otolaryngology to perform on-call Otolaryngology Services to eligible beneficiaries of the Department of Veterans Affairs, James H. Quillen VA Medical Center (hereinafter referred to as JHQVAMC). Contractor must be available to respond to calls from the JHQVAMC 24 hours per day, seven days per week. The contractor must respond to the call from the JHQVAMC within 15 minutes and able to be on site at the James H. Quillen VA Medical Center Corner of Lamont and Veterans Way, Mountain Home, TN within 60 minutes. It is understood that the quantities presented for bid are good faith estimates and that the actual number may be greater or less than those stated. The Contractor shall propose a minimum of three (3) key personnel to be credentialed and be available for scheduling to meet the requirements of the contract. Key Personnel Years of Experience including Residency Base Period: Date of award through September 30, 2017 CLIN No. Description Estimated Qty. Unit Unit Cost Total Annual Cost 0001 Weekend Daily Rate-- Board Certified or Board Eligible Otolaryngology Physician On-Call Services in accordance with the Performance Work Statement 104 Daily $ $ 0002 Weekday Daily Rate --Board Certified or Board Eligible Otolaryngology Physician On-Call Services in accordance with the Performance Work Statement 261 Daily $ $ 003 On Site Hourly Rate-- Board Certified or Board Eligible Otolaryngology Physician On-Call Services in accordance with the Performance Work Statement / 180 Hours $ $ Option Year 1: October 1, 2017 September 30, 2018 CLIN No. Description Estimated Qty. Unit Unit Cost Total Annual Cost 0001 Weekend Daily Rate-- Board Certified or Board Eligible Otolaryngology Physician On-Call Services in accordance with the Performance Work Statement 104 Daily $ $ 0002 Weekday Daily Rate --Board Certified or Board Eligible Otolaryngology Physician On-Call Services in accordance with the Performance Work Statement 261 Daily $ $ 003 On Site Hourly Rate-- Board Certified or Board Eligible Otolaryngology Physician On-Call Services in accordance with the Performance Work Statement / 180 Hours $ $ Option Year 2: October 1, 2018 September 30, 2019 CLIN No. Description Estimated Qty. Unit Unit Cost Total Annual Cost 0001 Weekend Daily Rate-- Board Certified or Board Eligible Otolaryngology Physician On-Call Services in accordance with the Performance Work Statement 104 Daily $ $ 0002 Weekday Daily Rate --Board Certified or Board Eligible Otolaryngology Physician On-Call Services in accordance with the Performance Work Statement 261 Daily $ $ 003 On Site Hourly Rate-- Board Certified or Board Eligible Otolaryngology Physician On-Call Services in accordance with the Performance Work Statement / 180 Hours $ $ Option Year 3: October 1, 2019 September 30, 2020 CLIN No. Description Estimated Qty. Unit Unit Cost Total Annual Cost 0001 Weekend Daily Rate-- Board Certified or Board Eligible Otolaryngology Physician On-Call Services in accordance with the Performance Work Statement 104 Daily $ $ 0002 Weekday Daily Rate --Board Certified or Board Eligible Otolaryngology Physician On-Call Services in accordance with the Performance Work Statement 261 Daily $ $ 003 On Site Hourly Rate-- Board Certified or Board Eligible Otolaryngology Physician On-Call Services in accordance with the Performance Work Statement / 180 Hours $ $ CONTRACT CLAUSES and SOLICITAITON PROVISIONS (ix) FAR 52.212-1, Instructions to Offerors Commercial Items (Jun 2008), applies to this acquisition. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS PLEASE PROVIDE THE FOLLOWING TO CHARLENE NEAL, CONTRACTING OFFICER AT Charlene.neal2@va.gov. Complete and return Contractor s Contract Administration Data below. Complete and return price/cost schedule in Section viii. Complete and return provision 52-212-3 with proposal. Offerors may either (1) complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx. Proposal Content: Your proposal shall be separated into three (3) distinct sections corresponding to the three evaluation factors: Technical, Past/Present Performance and Price, as noted below. Submission Instructions: PROPOSAL DUE DATE: Proposals are due no later than 4:00 p.m., Central Time, Tuesday, January 31, 2017. Proposals may be emailed to Charlene.neal2@va.gov or mailed to Charlene Neal, c/o Dept of Veterans Affairs, 1639 Medical Center Parkway, Suite 456, Murfreesboro, TN 37129. Proposal shall not be FAXED. Proposal Format: All attachments/documents shall be on 8 ˝ x 11 paper. All electronic files shall be in MS Word.doc or.docx and MS Excel.xls format, as applicable (unprotected). Offerors shall return the entire solicitation fully intact. Price Schedule: Offerors are reminded that pricing schedules are necessary for the base year and EACH option period. Price proposals should be separate and distinct from the technical proposal. All questions regarding this solicitation must be submitted to the Contract Specialist in writing by email to Charlene.Neal2@va.gov no later than 4:00 p.m., Central Time, Thursday, January 12, 2017. The offeror shall bear all costs associated with the preparation and submission of the proposal. The Veterans Affairs will in no case be responsible or liable for the cost incurred by the offeror, regardless of the outcome of the selection process. The Government reserves the right to make award without discussions. EVALUATION CRITERIA: FACTOR 1: TECHNICAL: Contractor is to submit evidence of the following for each surgeon that is proposed: Board Certified or Board Eligible Otolaryngology by the American Board of Otolaryngology BLS Certification ACLS Certification Experience Curriculum Vitae License DEA Registration NPI Number Medical Diploma Proof of TB and Rubella testing Tuberculosis testing: Contractor shall provide proof of a negative reaction to PPD testing for all Contractor staff. A negative chest radiographic report for active tuberculosis shall be provided in cases of positive PPD results. The PPD test shall be repeated annually. Rubella testing: Contractor shall provide proof of immunization for all Contractor staff for measles, mumps, rubella or a rubella titer of 1.8 or greater. If the titer is less than 1.8, a rubella immunization shall be administered with follow-up documentation to the COR. Contractor is to also submit the following: Sample 90 day on-call schedule Proof of insurance Signed Certification of Immigration (Attachment 1) Signed Contractor Rules of Behavior (Attachment 2) Brief history of entity and how they propose to meet the requirements as stated in the Performance Work Statement. FACTOR 2: PAST PERFORMANCE: Offerors will be evaluated on their record of Past Performance in accordance with Far Part 15.305. Past performance information is one indicator of an offeror s ability to perform the contract successfully. The currency and relevance of the information, source of the information, context of the data, and general trends in contractor s performance shall be considered. The Government may use Contractor Performance Assessment Reporting System (CPARS), information in the offeror s proposal, and information obtained from other sources. Past performance will be evaluated as outstanding, satisfactory or unsatisfactory. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. Offerors are reminded to provide the Past Performance Information sheets (Attachment 1) to three (3) Business References who have first-hand knowledge of performance relative to the same type of services, dates of contract performance, and total contract amount. Your business references should send this form to Charlene R Neal, Contracting Officer, at charlene.neal2@va.gov or fax 615-849-3789, no later than Tuesday, January 31, 2017. FACTOR 3. PRICE FACTOR Price will be evaluated on the basis of its reasonableness and accuracy to the Government. The offeror shall submit its best term from Section (VIII). PRICE/COST SCHEDULE. (a). In doing so, the offeror accedes to the contract terms and conditions as written in the RFP. Block 30a, 30b, and 30c of the 1449 must be signed by a company official who is authorized to contractually bind the offeror. Acknowledge any and all amendments to the solicitation in accordance with instructions detailed on the Standard Form (SF) 30. CONTRACT ADMINISTRATION DATA Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: Company Name: Administrative Contact: Clinical Contact: Title: Address: City/State/Zip: Overnight Mailing Address (if different from above): _________ _________ Phone & Fax No.: Phone: Fax: ______________ E-Mail: _______________________________ 2nd email contact: ________________________________ Tax ID No.: ___________________________________ DUNS No.: ________________________________________ b. GOVERNMENT: Charlene Neal, Contracting Officer (CO) Sabine Sedall, Contracting Officer Representative (COR) Department of Veterans Affairs Network Contract Activity - VISN 9 1639 Medical Center Parkway, Suite 400 Murfreesboro TN 37129 Overnight Mailing Address: Same as above Phone: (615) 225-5640 Fax: (615) 849-3789 E-Mail: charlene.neal2@va.gov (End of Addendum to 52.212-1) (x) FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical; 2. Past Performance; and 3. Price. Technical and past performance when combined, are more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (xi) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Apr 2012) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via the SAM website at https://www.sam.gov/portal/public/SAM/. If an offeror has not completed the annual representations and certifications electronically at the SAM website https://www.sam.gov/portal/public/SAM/ the offeror shall complete only paragraphs (c) through (o) of this provision. (xii) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition; as well as the following addenda: N/A, no addenda to subject clause. (xiii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Order-Commercial Items (Deviation), applies to this acquisition. (xiv) The following additional contract requirement(s) or terms and conditions apply to this acquisition: FAR 52.203-6 -- Restrictions on Subcontractor Sales to the Government, Alternate I (Oct 1995).FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7, Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards.FAR 52.209-6 Protecting the Government s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.217-5 Evaluation of Options; FAR 52.217-8 Option to Extend Services withi6n 60 days before the contract is set to expire; FAR 52.217-9 Option to Extend Term of the Contract 30 days prior to expiration of the current performance period; FAR 52.219-8 -- Utilization of Small Business Concerns; FAR 52.219-28 Post-Award Small Business Program Rerepresentation; FAR 52.222-3, Convict Labor; FAR 52.222.21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-35 -- Equal Opportunity for Veterans; FAR 52.224-1 Privacy Act Notification; FAR 52.224-2 Privacy Act; FAR 52.225-25 Prohibition On Contracting With Entities Engaging In Sanctioned Activities Relating to Iran Representation and Certification; FAR 52.222-26 -Equal Opportunity; FAR 52.222-36 Equal Opportunity for Workers With Disabilities; FAR 52.222-37 -- Employment Reports on Veterans; FAR 52.222-50 -- Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.228-5 Insurance Work On A Government Installation; 52.232-19 Availability OF Funds For The Next Fiscal Year; CL-120 Supplemental Insurance Requirements; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-2 Service of Protest; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; VAAR 852.203-70 Commercial Advertising; VAAR 852.237-7 Indemnification And Medical Liability Insurance; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.273-76 Electronic Invoice Submission; VAAR 852.233-70 Protest Content/Alternative Dispute Resolution; VAAR 852.233-71 Alternate Protest Procedure (xv) The date, time, and place for submission of proposals are as follows: Tuesday January 31, 2017, 3:00PM Central Time. ORAL OFFERS WILL NOT BE ACCEPTED. Submit written offers via mail or email. Charlene R Neal Contract Specialist, Department of Veterans Affairs, Network Contracting Office 9, 1639 Medical Center Parkway, Suite 400 Murfreesboro, TN 37129; e-mail: charlene.neal2@va.gov. Proposal Questions: Interested offerors must submit any questions concerning the solicitation by Thursday, January 12, 2017, 3:00PM, Central Time. Questions not received by the due date may not be considered. (xv). PATIENT RIGHTS AND SAFETY The Contractor will validate the patient s written consent prior to service which documents understanding of patient s rights and responsibilities. The JHQVAMC is not responsible or liable for any unsafe condition caused by the Contractor or Veteran. Contractor shall be responsible for identifying safety hazards and clearly verbalize same to the COR for documentation in the patient s electronic patient record. The contractor will have evidence of implementation of the Joint Commission National Patient Safety Goals as applicable. (xvi). QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) QUALITY ASSURANCE SURVEILLENCE PLAN (QASP) Otolaryngology Attending On-Call Coverage For: Otolaryngology Attending On-Call Coverage Contract Number: Contract Description: Provide Otolaryngology Attending On-Call Coverage as described in the Performance Work Statement Contractor s name: 1. PURPOSE This Quality Assurance Surveillance Plan (QASP) provides a systematic method to evaluate performance for the stated contract. This QASP explains the following: What will be monitored. How monitoring will take place. Who will conduct the monitoring. How monitoring efforts and results will be documented. This QASP does not detail how the contractor accomplishes the work. Rather, the QASP is created with the premise that the contractor is responsible for management and quality control actions to meet the terms of the contract. It is the Government s responsibility to be objective, fair, and consistent in evaluating performance. This QASP is a living document and the Government may review and revise it on a regular basis. However, the Government shall coordinate changes with the contractor. Copies of the original QASP and revisions shall be provided to the contractor and Government officials implementing surveillance activities. 2. GOVERNMENT ROLES AND RESPONSIBILITIES The following personnel shall oversee and coordinate surveillance activities. a. Contracting Officer (CO) - The CO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms, and shall safeguard the interests of the United States in the contractual relationship. The CO shall also assure that the contractor receives impartial, fair, and equitable treatment under this contract. The CO is ultimately responsible for the final determination of the adequacy of the contractor s performance. Assigned CO: Organization or Agency: Department of Veterans Affairs, Office of Acquisition and Materiel Management VISN 9 Acquisition Service Center, Murfreesboro, Tennessee b. Contracting Officer s Representative (COR) - The COR is responsible for technical administration of the contract and shall assure proper Government surveillance of the contractor s performance. The COR shall keep a quality assurance file. The COR is not empowered to make any contractual commitments or to authorize any contractual changes on the Government s behalf. Assigned COR: c. Other Key Government Personnel: 3. CONTRACTOR REPRESENTATIVES The following employees of the contractor serve as the contractor s program manager for this contract. a. Program Manager: 4. PERFORMANCE STANDARDS Performance standards define desired services. The Government performs surveillance to determine if the contractor exceeds, meets or does not meet these standards. The Performance Requirements Summary Matrix, paragraph in the Performance Work Statement (PWS), includes performance standards. The Government shall use these standards to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). Measure PWS Reference Performance Requirement Standard Acceptable Quality Level Surveillance Method Incentive Key Personnel 1.1, 2.1.1, Provide required medical service as specified in the requirements. Qualified personnel are available and in location as needed to properly perform tasks as specified. 100% Random Inspection, Time and Attendance Sheets, Written Reports, SOPs Favorable contactor performance evaluation. Medical Record Documentation 3.b.. Proper documentation of all on site patient encounters according to VHA standards. Proper documentation of all on site patient encounters according to VHA standards. 95% Periodic sampling. Favorable contractor performance evaluations. Maintains licensing, registration, and certifications 2.1.1, Updated Licensing, registration and certifications will be provided as they are renewed. Licensing and registration information kept current. 90% Inspection upon contract anniversary Favorable contactor performance evaluation. Mandatory Training 2.1.6, 3.4 Training Contractor completes all mandatory required training Contractor will complete all required training per VAMC policy 90% Contractor to provide documented evidence Favorable contactor performance evaluation. Privacy, Confidentiality and HIPAA 3.2 Medical Records Contractor is aware of all laws, regulations, policies and procedures relating to Privacy, Confidentiality and HIPPA and complies with all standards Zero breaches of privacy or confidentiality 90% Contractor to provide evidence of annual training required by VAMC, reports violations per policy Favorable contactor performance evaluation. Patient Safety 3.3.2.2 Patient Safety Compliance and Reporting Report of incidents within 24 hours of occurrence 90% Quarterly sampling Favorable contactor performance evaluation. ___________________________________ ___________________________________ Signature Contracting Officer s Representative Signature-Contractor Program Manager
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24917R0051/listing.html)
- Document(s)
- Attachment
- File Name: VA249-17-R-0051 VA249-17-R-0051_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3161273&FileName=VA249-17-R-0051-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3161273&FileName=VA249-17-R-0051-000.docx
- File Name: VA249-17-R-0051 Attachment 1-Contractor Certification of Immigration.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3161274&FileName=VA249-17-R-0051-001.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3161274&FileName=VA249-17-R-0051-001.doc
- File Name: VA249-17-R-0051 Attachment 2-KTR Rules of Behavior.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3161275&FileName=VA249-17-R-0051-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3161275&FileName=VA249-17-R-0051-002.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-17-R-0051 VA249-17-R-0051_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3161273&FileName=VA249-17-R-0051-000.docx)
- Place of Performance
- Address: James H. Quillen VA Medical Center;P.O. Box 4000;corner of Lamont & Veterans Way;Mountain Home, TN
- Zip Code: 37684
- Zip Code: 37684
- Record
- SN04351372-W 20161216/161214234211-df6f4739b46f32a10cabca6f82b7a7df (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 |