Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2019 FBO #6363
SOURCES SOUGHT

J -- Wheelchair Fitting Service (NAVAHCS)

Notice Date
4/24/2019
 
Notice Type
Synopsis
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;NCO22-Gilbert Network Contracting;3601 S. 6th Avenue;Tucson AZ 85723
 
ZIP Code
85723
 
Solicitation Number
36C25819Q0211
 
Response Due
5/1/2019
 
Archive Date
6/30/2019
 
Point of Contact
tammy.perrine@va.gov
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Network Contract Office (NCO) 22 Gilbert is seeking a qualified vendor to provide Wheelchair Fitting Service for the Northern Arizona VA Healthcare System s (NAVAHCS) main facility at 500 North Highway 89, Prescott, Arizona. The contractor shall provide all labor, supplies, materials, and travel to meet the needs of this solicitation. Prospective contractors must be authorized/certified to provide the required service and must show proof with any provided documents at the time of responding to this Sources Sought announcement. Statement of Work (SOW) Wheelchair Technician Services in the Physical Medicine & Rehabilitation Department (PM&R) (NAVAHCS) The contractor will provide the services of a Wheelchair Technician to the PM&R Wheelchair Clinic Northern Arizona VA Medical Center, 500 Highway 89 North, Prescott, AZ 86313. The Wheelchair Technician will assist the Licensed Occupational Therapist with Wheelchair Fittings during normal clinic hours of operation from 8:00 a.m. to 4:30 p.m., Thursday and Friday. Contract provider will generally be required to provide service up to ten (10) wheelchair fittings per week and forty (40) per month for the duration of the twelve-month contract. Federal holidays are excluded from normal clinic hours of operation. This position will include work for both inpatient and outpatient, in support of the Wheelchair Clinic program. 1. Qualifications Requirements 1.1. All contractor staff shall have a current Basic Life Support (BLS) certification through the American Heart Association. 1.2. Minimum of 2 years experience as a Wheelchair Technician. The Wheelchair Technician work experience shall include recent experience with power and manual wheelchair repairs, assemblies, fittings, and follow-up care. 1.3 Completion of Permobil and Quantum manufactures training course in repair and managing wheelchair products. 2. Duties and Responsibilities 2.1 Configure power and manual wheelchairs per the initial wheelchair evaluation prescription as provided by the PM&R Seating and Mobility Specialist. 2.2 Complete wheelchair fittings and seating system adjustments per the Seating and Mobility Specialist instruction. 2.3 Maintain records of received wheelchairs in storage area, verify the correct configuration of the wheelchair, and provide input to the Wheelchair Seating and Mobility Specialist regarding any configuration or product defects prior to the patient being scheduled for the wheelchair fitting appointment. 2.4 Retrieve manual and power wheelchairs from storage area prior to the wheelchair fitting appointment. 2.5 Have the physical ability to assist the Seating and Mobility Specialist with positioning the patient in the seating system. 2.6 Maintain a strong professional relationship with patient and family members, NAVAHCS medical personnel, and wheelchair manufacture vendors who may be present for the wheelchair fittings. 2.7 Adhere to all VA and NAVAHCS patient confidently requirements, business ethics and guidelines, HIPAA requirements and employee code of conduct requirements. 3. On-Boarding Requirements 3.1. On-boarding of the contract Wheelchair Technicians shall be completed with the Contracting Officer s Representative (COR) or his/her designee. The contractor shall submit the resume of any new candidate when requested by the COR and the contractor shall make proposed candidates available for interview by the PM&R Department. 4. Non-Acceptance of Contract Candidates 4.1. The contractor shall ensure that all proposed candidates have met the qualifying criteria, including experience, competency, and valid BLS certification. Ultimately, the decision to accept or reject candidate s rests with the VA. Non-acceptance of contract providers does not relieve the contractor from satisfying and fulfilling the Task Order requirements. 5. Standard of Conduct 5.1. The Government reserves the right to refuse acceptance of contract candidate whose personal or professional conduct jeopardizes or interferes with the regular and ordinary operation of the facility. Breaches of conduct include intoxication or debilitation resulting from drug use, theft, patient abuse, dereliction or negligence in performing directed tasks, or other abuse, or other conduct resulting in formal complaints by patients or other staff members to designated Government Representatives. Standards for conduct shall mirror those prescribed by current Federal Personnel Regulations. 5.2. Complaints concerning contract staff s conduct with Government employees or patients will be dealt with by the contractor and the COR. The Contracting Officer is the final authority on validating complaints. In the event that contract staff are involved and named in a validated complaint, the Government reserves the right to refuse acceptance of the services of such personnel. This does not preclude refusal in the event of incidents involving physical or verbal abuse. The final arbiter on questions of acceptability is the Contracting Officer. 6. Conflict of Interest 6.1. The contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. The contractor shall not employ any person who is an employee of the VA, unless such person seeks and receives approval in accordance with the VA regulations. Nor shall the contractor employ any person who, as a member, would create a conflict of interest or the appearance of a conflict of interest, particularly with regard to influencing the negotiations or terms of the contract or resulting Task Orders. 7. Drug Screening 7.1. Contract staff are subject to random drug testing. They are also subject to drug testing when there is a reasonable suspicion that they use or are impaired by illegal drugs while on duty. Reasonable suspicion of drug use or impairment includes, but is not limited, to the following: 7.2. Observable phenomena, such as direct observation of drug use, possession or the physical symptoms of being under the influence of a drug. 7.3. A pattern of abnormal conduct or erratic behavior. 7.4. Arrest or conviction for a drug-related offense or the identification of a contract health care provider as the focus of a criminal investigating into illegal drug possession, use or trafficking. 7.5. Information provided either by reliable and credible sources or independently corroborated. 7.6. Newly discovered evidence that the contract health care provider has tampered with a previous drug test. 8. Health Requirements 8.1. Contract staff shall not perform services unless a pre-assignment medical examination has been performed within thirty (30) calendar days of their first scheduled shift. Pre-assignment medical examinations shall be the responsibility of the contractor at no cost to the Government. 8.2. As a condition of employment, Occupational Safety and Health Administration (OSHA) requires that all contract staff who will have occupational exposure to blood, other body fluids, or other potentially infectious materials, shall receive Hepatitis B vaccine, sign a voluntary declination or have documented proof of immunity to Hepatitis B infection. The immunization shall be the responsibility of the contractor at no cost to the Government. 8.3. Contract staff having patient contact or exposure to biological or pathological specimens shall be immunized against, be granted an immunization waiver or have documented proof of immunity to: rubella, mumps, polio and Hepatitis B. In addition, contract staff shall be free of infectious diseases (to include, but not limited to, active Tuberculosis and Viral Hepatitis) that might reasonably be expected to place other workers, patients or the public at risk. 8.4. The contractor shall provide the Government with all the information necessary to ensure that Government records are maintained correctly and in compliance with The Joint Commission (TJC), OSHA, and the Center for Disease Control health records requirements, for all contract staff. 8..5. The contractor shall provide certificates of completion for any related testing/requirements that show compliance with TJC, OSHA and the Center for Disease Control requirements, for all contract staff. 8.6. The contractor shall provide the COR with certification that contract providers have completed the medical evaluation required above, a minimum of two (2) working days prior to performance of contract services. This certification shall state the date that the examination was completed, the provider s name that performed the examination, a statement concerning the physical health of the individual and the following statement: [Name of contract health care provider] is suffering from no contagious diseases to include, Tuberculosis, Hepatitis and Venereal Disease. 8.7. The Government may take nose and throat cultures from contract Providers when required by Government Infection Control Committees (ICC). 8.8. When a contract staff member has been found medically unfit for providing services required under the resulting Task Order, they shall be required to discontinue working immediately. Contract staff will not return to work until given clearance by the appropriate VA staff member. 8.9. The Government will provide emergency health care for injuries sustained while on duty for contract staff. These services will be billed to the contractor at the current full reimbursement rate. 9. Arrangement for Replacement Staff 9.1. The contractor shall provide scheduled services throughout the period of contract. In the event of the absence of the contractors scheduled staff for any reason, the contractor shall coordinate a replacement provider. 10. Alternate Sources 10.1. If routine services are disrupted for more than two (2) consecutive scheduled shifts or requests for shifts, the Government reserves the right to procure such services from an alternate source, until the services can be provided by the awarded contractor. When the Government exercises its right to procure these services from an alternate source, the contractor shall reimburse the Government for all charges in excess of the amount that would have normally been paid to the awarded contractor. 10.2. A copy of the other source s time sheet or other verifiable documentation shall be used as the basis for any reimbursement. 11. Identification Badge 11.1. An identification (ID) badge will be issued by NAVAHCS to contract staff providing services under the contract. The appropriate ID badge shall be worn at all times while on Government facility grounds, clearly displayed on the outermost garment (i.e. scrubs, coat, jacket, sweater, shirt, blouse, lab coat etc.). 12. Health Insurance Portability and Accountability Act (HIPAA) 12.1. Contractor shall take reasonable measures to ensure patient privacy and confidentiality. The contract staff assigned to provide services under the resulting contract(s) agree to take all reasonable precautions to safeguard patient information. The contractor will not have access to CPRS, VISTA, or database systems with protected patient information (PPI). However, the contractor will encounter incidental PPI during patient wheelchair adjustments and fitting appointments, Incidental PPI is confidential information. 12.2. Contract staff shall make sure no patient information of any type is given to outside parties, agencies or organizations of any type without the expressed written consent of the patient and the VA and only in capacities directly related to the provision of the services contracted in this instrument. That only the minimum necessary patient information is used to provide appropriate service to the correct patient. The contractor is subject to the same penalties and liabilities for unauthorized disclosures of such records as VA personnel. 12.3. The contract acknowledges that all parties are bound by the requirements of the Health Insurance Portability and Accountability Act of 1996 which provide guidance on the protection of patient privacy and confidentiality. This Act mandates that all government agencies and those bodies with whom they contract must be in compliance with the directives of the Act. Details of the Act are still under development by the Congress of the United States. Once these detailed directives are released, this current purchase agreement may require a modification to be in compliance depending on the effective date of the Act as decided by Congress and the President of the United States. 13. Quality Assurance and Performance Monitoring 13.1. The COR will utilize a Quality Assurance Surveillance Plan (QASP) to assist in performance monitoring and will be responsible for verifying compliance with the terms and conditions of the contract(s). Any incidents as evidenced by the monitoring procedures will be forwarded immediately to the Contracting Officer. In addition, the COR will forward the summary evaluation of the Contractor performance to the Contracting Officer quarterly and once performance ends. 13.2. Customer Service will be measured based on documented, substantiated, patient and/or staff complaints or compliments. Any substantiated customer service complaint will be immediately reported to the Contracting Officer, along with reported compliments. 14. The Joint Commission (TJC) 14.1. Contract staff shall be subject to the same quality assurance standards in meeting or exceeding current recognized National Standards as established by TJC. Copies of the quality assurance standards are on file in the NAVAHCS Quality Management department and will be available to the Contractor. The contractor shall perform services in accordance with the ethical, professional, and technical standards of the healthcare industry as consistent with VA policy, regulations, and procedures. 14.2. The contractor is required to maintain records that document competence/performance level of contract staff working on the resulting contract(s) in accordance with TJC accreditation and other regulatory body requirements. The contractor will provide a current copy of the competence assessment checklist and annual performance evaluation of any contract staff to the COR upon request. 14.3. Where the contract does not require the TJC accreditation or other regulatory body requirements, the contractor s staff performing on the contract(s) must perform the required work in accordance with the TJC accreditation standards. A copy of these standards may be obtained from TJC, One Renaissance Blvd., Oakbrook Terrace, IL 60181. 15. HHS/OIG Requirements 15.1. To ensure that the contract staff performing under the resulting contract(s) 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. Further, the contractor is required to certify in its offer that all persons listed in the contractor s offer have been compared against the OIG list and are NOT listed. During the performance of the resulting contract, the contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. 16. Government Training and Orientation 16.1. The COR or his/her designee will provide each contract staff with all necessary site-specific training, orientation, medical supplies, equipment (including Respiratory Fit Testing) and evaluations as required by federal, state and local occupational safety laws or rules, including TJC and HIPAA. 16.2. The contractor shall ensure that all contract Providers attend and participate in VA or any other mandatory training to include but not limited to VA Privacy, VA Cyber Security, and Annual Fire Safety and Infection Control. 17. Evidence of Insurance Coverage 17.1. Before commencing work under this contract, the contractor shall furnish certification to the Contracting Officer that the coverage required (General and Professional Liability as well as Workers Compensation) has been obtained and such policy shall state, This policy may not be changed or cancelled without written notice to the VA Contracting Officer, VA Network Contracting Office 22, 3601 S. 6th Ave, Tucson, AZ 85723. Said policy must bear an appropriate loss payable clause to the United States as its interest may appear. Such evidence of insurance will not be waived. 18. Contractor Personnel Policy 18.1. The contractor shall assume full responsibility for the protection of its personnel furnishing services. To carry out this responsibility, the contractor shall provide the following to its contract staff: 19.1.1. Workers Compensation 19.1.2. Professional liability insurance 19.1.3. Health examinations 19..1.4. Income tax withholdings 19.1.5. Social Security withholdings 18.2. Payment for any leave, including sick leave or vacation time is considered the sole responsibility of the contractor. The contractor shall comply with all existing local, state, federal and/or union laws, regulations relevant to fringe benefits, and premium pay for their employees. Such personnel shall not be considered NAVAHCS employees for any purpose and shall be considered employees of the contractor. There is no employer-employee relationship between the VA and the contractor or the contractor s employee(s). 19. Work Schedule and Overtime 19.1. Contract Wheelchair Technician shall work in areas designated by the COR or his/her designated representative. The Wheelchair Technician will be expected to be available two days a week for eight hours each day, except holidays and when the Wheelchair Clinic is closed due staff on annual leave. The normal tour of duty is an 8-hour day and 16 hours per week. 19.2. Contract staff that work an 8-hour shift shall be entitled to a (30) thirty-minute meal break. 19.3. Overtime. Overtime is not approved for this contract. 19.4. The Government reserves the right to schedule or reschedule the duty hours to meet staffing and patient care needs. The Government shall provide a twenty-four (24) hour notice of any schedule changes. Contractor s staff shall be present at the facility and shall be performing the required services to receive payment for services. The contract staff shall only receive payment for the actual number of wheelchair fittings performed. END OF PERFORMANCE WORK STATEMENT Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this Sources Sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 811219 ($20.5M). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail, mail or ground carrier to: Southern AZ VA HealthCare System, 3601 S. 6th Avenue, Tucson, AZ 85723 or by e-mail to tammy.perrine@va.gov. All information submissions to be marked Attn: Tammy Perrine, Contracting Specialist (9-90C) and should be received no later than 4:00 pm Pacific Time on May 1, 2019. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be published. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-APR-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/TuVAMC/VASAHCS/36C25819Q0211/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Northern Arizona VA Health Care System;500 North Highway 89;Prescott, AZ
Zip Code: 86313
Country: USA
 
Record
SN05291381-F 20190426/190424230024 (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.