Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2019 FBO #6536
DOCUMENT

65 -- VISN-WIDE ORTHOTIC APPLIANCES AND RELATED SERVICES SOURCES SOUGHT NOTICE - MULTIPLE AWARD IDIQ VISN 5 STATIONS - 512, 540, 581, 613, 688 - Attachment

Notice Date
10/16/2019
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
U.S. Department of Veterans Affairs;Veterans Health Administration
 
Solicitation Number
36C24520Q0027
 
Response Due
10/24/2019
 
Archive Date
11/8/2019
 
Point of Contact
David J. Valenciabonilla
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. This is a Request for Information (RFI), this is not a Request for Quotes (RFQ) or Request for Proposals (RFP). No formal solicitation document exists at this present time. This is not a solicitation announcement. The purpose of this Sources Sought notice is for market research to gain knowledge of potential vendors qualified under NAICS code search for Orthotic Appliances and Related Services of 339113, which includes corresponding index entries such as Surgical Appliance and Supplies Manufacturing with a NAICS code size standard of 750 employees. The requirement period of performance may be planned for a base year plus four (4) one-year options. (options may or may not be exercised). Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought notice, a solicitation announcement may or may not be published in FedBizOpps (FBO). BACKGROUND The U.S. Department of Veterans Affairs (VA), Regional Procurement Office (RPO) East, VA Capitol Heath Care Network (VISN 5) has an ongoing program for all Network Contracting Office (NCO) 5 VISN-Wide Veterans Affairs Medical Centers (VAMC) including the Community- Based Outpatient Clinics (CBOCs) to furnish orthotic appliances and related services (including - custom orthotics, braces, diabetic shoes, inserts, elastic supports for joints, stockings, compression garments, other new devices and repairs) to those Veterans that require them and are eligible for assistance. The range of services shall encompass Healthcare Common Procedure Coding System (HCPCS) Codes: L0100-L4999; A4466; A5500-A5513; and A6501- A6549. SCOPE The VA has an ongoing program to furnish Orthotic Appliances and Related Services to those Veterans that require them and are eligible for assistance. VISN 5 is seeking to acquire Orthotic Appliances and Related Services (The range of services shall encompass Healthcare Common Procedure Coding System (HCPCS) Codes: L0100-L4999; A4466; A5500-A5513; and A6501- A6549) to support the Veterans in need. It is the VA s intent to issue a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) on a competitive basis within a VA Medical Center s jurisdiction under the authority of Title 38 U.S.C. Section 8123. PRICE SCHEDULE National Prosthetic Patient Database (NPPD) Categories/lines new and repairs: ORTHOSIS/ORTHOTICS 400 A ORTHOSIS ANKLE 400 B ORTHOSIS LEG A/K 400 C ORTHOSIS SPINAL 400 D ORTHOSIS AL/OTH 400 E ELAS HOSE 400 F ORTHOSIS KNEE 400 G CORSET/BELT 400 H ORTHOSIS WHO 400 X ORTHOTICS UNKNOWN SHOES/ORTHOTICS 500 A ARCH SUPT 500 B SHOE INLAY 500 C SHOE MOLDED 500 D SHOE ORTH OTH 500 E INSERTS, SHOE 500 F SHOES A/O ORTHOSIS R40 ORTHOSIS TOTAL SHOES/ORTHOTICS R50 A ORTH SHOE ALL R50 B SHOE MOD R50 C A/O ITEM SERV PRICING For fabrication and repair of orthotic appliances, the prices proposed shall not exceed the established L-Code prices applicable to the geographic area subject to this solicitation and at the time of performance. It should be noted that repair rates for 15-minute increments are now part of the L-Code pricing schedule. Considering this, please apply the best percentage discount that you offer against the L-Code pricing baseline. Offerors are encouraged to give a discount on all L-Codes and A-Codes (Orthotic appliances, labor rates for repairs and components*). Line Item 1: BASE YEAR L-CODE PRICING LESS ___% DISCOUNT / A-CODE PRICING LESS ___% DISCOUNT Line Item 1a: OPTION YEAR 1 L-CODE PRICING LESS ___% DISCOUNT / A-CODE PRICING LESS ___% DISCOUNT Line Item 1b: OPTION YEAR 2 L-CODE PRICING LESS ___% DISCOUNT / A-CODE PRICING LESS ___% DISCOUNT Line Item 1c: OPTION YEAR 3 L-CODE PRICING LESS ___% DISCOUNT / A-CODE PRICING LESS ___% DISCOUNT Line Item 1d: OPTION YEAR 4: L-CODE PRICING LESS ___% DISCOUNT / A-CODE PRICING LESS ___% DISCOUNT Note:* It should be noted that L-Code and A-Code pricing are published by the Centers for Medicare and Medicaid Services (CMS) Healthcare Common Procedure Coding System (HCPCS). The website for the L-Code & A-Code Pricing: http://www.cms.hhs.gov/ICD9ProviderDiagnosticCodes/01_overview.asp (DME, Orthotics and Prosthetics). The Codes are updated every year and are released in December, for the following year. The discounts shown in the Schedule above are for the categories as stated in the Description of Services above, with the CMS representing the L-Codes for Orthotics (new and repair) and the A-Codes for shoes, inserts and related items. This Sources Sought Notice is to identify potential vendors who can provide Orthotic Appliances and Related Services to the following facilities located in VISN 5, but not limited to: Huntington VAMC 1540 spring Valley Drive Louis A. Johnson VAMC 1 Medical Center Drive Huntington, MD 25704 Clarksburg, WV 26301 Martinsburg VAMC (613) VA Maryland Health Care System Washington D.C. VAMC 510 Butler Avenue 10 North Greene Street 50 Irving Street, NW Martinsburg, WV 25401 Baltimore, MD 21201 Washington, DC 20422 GENERAL REQUIREMENTS APPROVED FACILITIES The Contractor s facilities shall be accredited either by the Facility Accreditation Program of the American Board for Certification in Orthotics and Prosthetics, Inc. (ABC) or the Accredited Facilities Program of the Board for Orthotist-Prosthetist Certification (BOC). Contractor s facility must be within 50 miles of one of the aforementioned VA locations. EDUCATIONAL AND TRAINING REQUIREMENTS All Contractors shall have a full-time American Board Certified (ABC), or Board for Orthotist- Prosthetist Certification (BOC), and Orthotist on staff in good standing at each of their locations. REQUESTED INFORMATION If you are interested, and can provide the required supplies/services, please provide the requested information as indicated below. Responses to this Sources Sought notice shall also include: company name, address, point of contact, size of business: A copy of the ABC/BOC Facility Certification for each proposed facility location must be included in the response to this notice. 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. Is your facility within 50 miles of one or more of the listed VA Medical Centers? Please specify which medical center(s) each facility would support. Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) with an active registration in VETBIZ, HUBZone, Woman Owned Small Business (WOSB), Small Business, Large Business, etc.). NOTES All Capability Statements/Responses to this Sources Sought notice shall be submitted via email to David.Valenciabonilla@va.gov. Telephone, Fax, or any other form of communication Inquiries will not be reviewed or accepted. Responses to this Sources Sought notice must be received no later than October 24, 2019 at 5:00 p.m. (Eastern Standard Time). This Sources Sought notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued, it may or may not be announced at a later date, and all interested parties shall respond to that solicitation announcement separately from the responses to this Sources Sought notice. DISCLAIMER This Request for Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked a proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.201(e), RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses incurred associated with responding to this RFI. Please note "Sources Sought Notice - 36C24520Q0027 in the subject line of your email. End of Notice
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/36C24520Q0027/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24520Q0027 36C24520Q0027.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5190663&FileName=36C24520Q0027-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5190663&FileName=36C24520Q0027-000.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: U.S. Department of Veterans Affairs;VISN-Wide Veterans Affairs Medical Centers/CBOCs;512: Perry Point/Baltimore, 540: Louis A. Johnson;581: Huntington, 613: Martinsburg,;688: Washington D.C.
Zip Code: VISN-Wide
 
Record
SN05475182-W 20191018/191016230422-6cced5571179fccd502107b51feac601 (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.