MODIFICATION
Q -- Opioid Substitution Methadone - VASDHS
- Notice Date
- 2/8/2019
- Notice Type
- Modification
- NAICS
- 621420
— Outpatient Mental Health and Substance Abuse Centers
- 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
- 36C26219Q0264
- Response Due
- 2/15/2019
- Archive Date
- 3/17/2019
- Point of Contact
- Tashodra Rogers
- Small Business Set-Aside
- N/A
- Description
- THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Capability, including Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses (SDVOSB/VOSB) interested and capable of performing the work. 2. The NAICS for this requirement is: 621420 Outpatient Mental Health and Substance Abuse Centers 3. Interested and capable Contractors should respond to this notice not later than February 15, 2019 by 3:00 PM PST by providing the following via email only to Tashodra.Rogers@va.gov (a) company name (b) address (c) point of contact (d) phone, fax, and email of primary point of contact (e) DUNS number (f) Type of small business, if applicable, (e.g. Services Disabled Veteran Owned small Business(SDVOSB), Veteran-owned small business (VOSB), 8(a), HUB-Zone, Women Owned Small Business, Small disadvantaged business, or Small Business). (g) A capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the work described in paragraph 5 below. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the Contractor s experience providing the same or similar supplies/services to that described in paragraph 5 below. 4. SDVOSB/VOSB respondents. (a) If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of www.vetbiz.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. (b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor's limitations on subcontracting are as follows: (1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (2) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 5. VA San Diego Healthcare System (VASDHS) is seeking a Contractor to provide commercially available Opiate Substitution Treatment Services (OST) at the Contractor s treatment facility for eligible Veteran beneficiaries who will be referred by the VA to the Contractor. The contractor shall provide all facilities, equipment, supplies, labor, management, supervision, physicians, consultation, training, medications, lab testing and all required reports as requested by the VASDHS. The contractor physician shall conduct an individual evaluation and physical examination of each new patient, to verify suitability, establish dosage levels, and accept the patient for participation in the opiate substitution program. The contractor s physician shall be responsible for determining the correct dosage levels for the program and adjusting as medically appropriate. The contractor shall provide a one-time laboratory evaluation for each new patient to support the examination being conducted by the contractor s physician. The contractor s RN/LVN will dispense the daily dose of methadone necessary for each patient. The contractor shall routinely conduct two (2) random urinalyses on each patient monthly. The Government intends to pay a monthly price for services for an estimated fifty (50) Veterans to receive services. 6. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the services, VA will set aside the underlying solicitation per 38 U.S.C. §8127. 7. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. --End of Sources Sought Announcement-- OPIATE SUBSTITUTION TREATMENT General Responsibilities. The Contractor shall provide commercially available Opiate Substitution Treatment Services at the Contractor s treatment facility. The Contractor shall hold and maintain the following: Accreditation by the State of California, Department of Health and Human Services Certification by the State Methadone Authority A Pharmacy/ Lab license Accreditation from The Joint Commission (TJC) or the Commission on Accreditation of Rehabilitation Facilities (CARF) Accreditation from the Council on Accreditation (COA) in compliance with California Health and Safety Codes 11875 thru 11882 Drug Enforcement Agency State registration and license for Opiate Substitution according to Title 9; section 10010, and any other applicable related federal or state, statutes, regulations, rules, accreditations, and policies State certification and licensed professionals (e.g. CADAC for AT) who are skilled in the field of chemical dependency Compliance with the California Department of Alcohol and Drug Programs licensing, certification and Drug Medi-Cal Certification requirements PLACE OF PERFORMANCE. At the contractor s treatment facility. SPECIFIC CONTRACT REQUIREMENTS. The Contractor shall represent that neither they, not their agents, officers, employees, assignees or successors in interest, are excluded from participation in the Medicare, Medicaid, or related federal or state programs. Contractor shall immediately notify the Contracting Officer of the exclusion from such programs of any of its agents, officers, employees, assignees, or successors in interest. Such exclusion may be grounds for immediate termination of the contract if they are not removed from contract performance. If routine services are disrupted, the Government reserves the right to procure such services from another source, until routine services are restored by the Contractor. When the Government exercises its right to procure these services from another source, the Government will reduce the Contractor s invoice at an equivalent amount to that incurred. A copy of the other source s service ticket will be used as the basis for this reduction. The Government will furnish the contractor a copy of this ticket upon the contractor s request. The Contractor shall maintain on-site records identifying the character (standard commercial employment criminal background check), certifications, JC required competencies, and ongoing training of each employee performing services under this contract. The Contractor shall keep a log for all Initial Patient Evaluation appointments. The log shall indicate at minimum, the date of VA request for appointment, date appointment was scheduled for, date and time of patient actual arrival for appointment, HIPAA approved method of patient identification, actual time the patient was seen by the MD, DO, Nurse Practitioner, or Physician s Assistant (provider) and the patient s checkout time. This information may be used for customer satisfaction surveys, statistics, and contractor performance monitoring. The Contractor shall have a Customer Satisfaction program, including keeping on-site records of any complaints or problems, with procedures taken to allow for corrections and/or elimination before effects cause interruption to performance of contract. Customer Satisfaction Surveys are also to be requested of patients with the completed results and comments compiled quarterly and provided to the VA. Contractor shall maintain and provide updated copies of insurance, licenses, and accreditation(s). They shall be verified annually or as required. Failure to maintain insurance, license(s), and accreditation(s) shall provide grounds for contract termination for cause. The Contractor shall be responsible for creating, maintaining, and disposing of all required records and reports for performance of this contract. If requested by the Government, the Contractor shall provide the original record or a reproducible copy of any such records within five (5) working days of receipt of request. HIPAA requirements shall be complied with at all times. The Contractor shall not advertise or use any marketing material, logos, trade names, service marks, or other material belonging to VA San Diego Healthcare System without the VA San Diego Healthcare System s consent. Government Furnished Services. The Government shall provide the contractor the necessary VA authorization for each Veteran patient assigned, along with the Veteran s completed VA assessment and proposed treatment plan. The VA shall conduct the initial interview, assessment and proposed treatment plan for all Veterans interested in becoming a patient in the Contractor s program. These items will be completed before the individual is referred to the Contract provider for evaluation for suitability. Contractor will only invoice VA for those patients who are referred by VA. The VA shall provide the Contractor the VA prepared initial treatment plan for each Veteran patient. Contractor Furnished Supplies, Facilities and Services. The Contractor shall: Furnish all facilities, equipment, supplies, management, supervision and labor required for the performance of this contract, except that specifically identified as Government-Furnished. The Contractor facility shall be wheelchair accessible and meet Americans with Disabilities Act guidelines for buildings and facilities found at: http://www.ada.gov/reg3a.html#Anchor-Appendix-52467. Provide a board-certified provider (MD or DO) who shall act as the medical director (preferably with a sub specialization certification from American Board of Addiction Medicine or American Board of Psychiatry and Neurology) and provide a board-certified provider (MD, DO, NP, PA) who can conduct an individual evaluation. The contractor s provider shall be responsible for determining the correct dosage levels for the Veteran patient and adjusting as medically appropriate. Provide a Registered Nurse or Licensed Vocational Nurse who will dispense the daily dose of methadone necessary for each patient. Routinely conduct two (2) random urinalyses on each patient monthly. Provide two (2) counseling sessions per month for each enrolled veteran. Counselors shall hold a current license with the State of California. Conduct an evaluation of all substances used by Veterans, current or in the past, using the fifth edition of the Diagnostic and Statistical Manual of Mental Disorders (DSM-5) diagnostic criteria. Provide access to all onsite or offsite training involving any aspect of opiate substitution treatment to VA patients enrolled in the Contractor s treatment program. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26219Q0264/listing.html)
- Record
- SN05217312-F 20190210/190208230035 (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 |