SOLICITATION NOTICE
Q -- Companion Care Services Base and Four (4) option years
- Notice Date
- 4/30/2020 1:19:15 PM
- Notice Type
- Presolicitation
- NAICS
- 621610
— Home Health Care Services
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24820Q0760
- Response Due
- 5/15/2020 12:00:00 AM
- Archive Date
- 06/14/2020
- Point of Contact
- Cyrouse Himid Houshyani
- E-Mail Address
-
cyrouse.houshyani@va.gov
(cyrouse.houshyani@va.gov)
- Awardee
- null
- Description
- Page 2 of 2 The Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office (NCO 8), James A. Haley Veterans Hospital (JAHVAH) intends to solicit quotes from contractors to provide JAHVAH services under an Indefinite Delivery Contract (IDC). The quoter shall furnish all necessary supervision and qualified competent personnel to perform the services as specified within the Performance Work Statement (PWS). The quoter shall provide services to/from patients place of residence, outpatient pharmacy, prosthetics department and management of the patients residence if required. The Contractor shall provide all equipment, supplies, supervision, and personnel necessary to assure that all services are in accordance with the terms and conditions contained in the potential contract to beneficiaries of the JAHVAH. The coverage option required for emergent cases shall be 24 hours/day, seven (7) days/week (including Holidays). The typical transport routine will allow the contractor to be contacted/notified within 24-48 hours prior to service requirement or need for service. The services provided shall consist of transportation from the veteran s residence and shall include but not limited to, any reasonable medical/personal equipment, and a family member to the JAHVAH for surgery. Contractor shall contact the patient prior to arrival. The arrival time shall be no later than 15 minutes prior to the time deemed necessary to leave the veteran s residence to arrive at the JAHVAH on time for scheduled Surgery. The services provided to beneficiaries of the JAHVAH will be the geographic areas assigned to the JAHVAH. The geographic areas are the counties of Hillsborough, Pasco, Hernando and Polk. On rare cases, trips may extend beyond JAHVAH geographic area. Should this be the case, the contractor will be notified of the request. If contractor is capable of such request, the same rate shall apply as the JAHVAH geographic area. In addition to the above, the contractor shall be responsible for the following: a. Physically escorting the veteran, any applicable equipment and family member(s) to the JAHVAH Ambulatory Surgery Unit (ASU) designated check in location. The contractor shall arrive at the ASU check in location no later than the assigned arrival time. The Government may except a fifteen-minute delay based on unforeseen circumstance. The contractor shall wait with the veteran until their care has been taken over by a member of the JAHVAH staff. b. Wait on site until patient discharge. Breaks are authorized. If a break is required, the contractor shall notify the designated ASU staff as well as providing a way of contact. The contractor shall not be away from discharge location more than ten (10) minutes. c. Transporter shall be responsible for serving as the proxy for the veteran. Upon discharge, proxy shall accomplish necessary discharge actions/requirements for the patient. d. The transporter shall arrive within ten (10) minutes of the anticipated discharge time. Personnel shall be required to wait on site if there is a delay in the patient discharge. e. Sign hospital discharge paperwork, this shall include understanding discharge orders for diet, restrictions, medication administration orders (time, quantity), side effects to look for (fevers, redness, worsening pain), and post-op surgical site care orders. f. Physically escort the patient to the designated location of the transport vehicle and assisting with transfer from the wheelchair to the vehicle. Upon arrival to the designated location, the contractor shall assist with transfer from the vehicle to the patient s home. g. As necessary, stop at the JAHVAH outpatient pharmacy which is offsite to pick up medication prescribed after discharge from the Ambulatory Surgery unit. Additional stops may include the prosthetic department to pick up items prescribed after discharge from the ambulatory surgery unit. The contractor shall wait at all stops with the Veteran until all required discharge needs are complete. The Authority for this procurement is the Department of Veterans Affairs Directive 1663 implementing provisions of Public Law 104-262, the Veterans Health Care Eligibility Reform Act of 1996, which expands VA s health care resources sharing authority in Title 38 United States Code (U.S.C.) Sections 8153 (sharing authority). The anticipated period of performance for this contract will be from July 1, 2020 through June 30, 2025 for the base year and four (4), one (1) year option periods. The solicitation will be prepared in accordance with the Federal Acquisition Regulation (FAR) part 12 and evaluated in accordance with the procedures of FAR Part 13. The solicitation document will be issued as Request for Quote (RFQ) 36CVA248-20-Q-0760. The VA anticipates issuing an solicitation for this requirement on or about May 15, 2020. Interested contractors will be responsible for downloading copies of the solicitation and (any subsequent amendments) from this website. No hard copies will be made available. The solicitation will provide instructions to contractors about the response to the Request for Quote (RFQ) submission process. Prospective quoters are encouraged to register their interest in the solicitation on the FedBizOpps (FBO) website (https://beta.sam.gov/) so that they are notified of the issuance of the solicitation and any amendments. In accordance with FAR 52.204-7, System for Award Management (SAM), prospective contractors must be registered in SAM to be eligible for award. SAM registration is required under the applicable North American Industry Classification System (NAICS) Code. Contractors may obtain SAM information at https://beta.sam.gov/. Registration is free and potential Offerors are encouraged to visit the SAM website. The NAICS Code for this procurement is 621610, Home Healthcare Services. The Product Service Code (PSC) is Q999, Other Medical Services. The Business Size Standard is $15.0 million dollars. This RFQ is a set aside for Service Disabled Veteran Owned Small Business (SDVOSB). At the time of quoters response to the RFQ, quoter must represent that it is a SDVOSB, verified for eligibility in the Veterans Information Page (VIP) data base at https://www.vip.vetbiz.va.gov/. Questions concerning this announcement should be directed to the Contracting Officer, Cyrouse Himid Houshyani at cyrouse.houshyani@va.gov, or phone (813) 631-2816. Telephone requests for information or questions will be accepted; however, all telephonic requests must be followed up by an email to cyrouse.houshyani@va.gov. Ensure the subject line for all requests for assistance include the solicitation number (i.e., RFQ no. 36CVA248-20-Q-0760). Contracting Office Address: Department of Veterans Affairs, Network Contracting Office (NCO 8), 8875 Hidden River Pkwy Suite 525 Tampa, FL 33637.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ccc3bbf85ab54df5a105055ed4ebb368/view)
- Place of Performance
- Address: Department of Veterans Affairs: 33612
- Zip Code: 33612
- Zip Code: 33612
- Record
- SN05641092-F 20200502/200430230143 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |