SOURCES SOUGHT
Q -- Capitated CBOC Services Yale, MI JDDVAMC
- Notice Date
- 7/7/2020 6:32:34 AM
- Notice Type
- Sources Sought
- NAICS
- 621498
— All Other Outpatient Care Centers
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25020Q0785
- Response Due
- 7/31/2020 9:00:00 AM
- Archive Date
- 08/30/2020
- Point of Contact
- Ronald M Morgan, ronaldmichael.morgan@va.gov, Phone: 513.559-3705
- E-Mail Address
-
ronaldmichael.morgan@va.gov
(ronaldmichael.morgan@va.gov)
- Awardee
- null
- Description
- Page 2 of 2 In accordance with FAR Part 15, Market Research, this is a sources sought to determine the availability of potential sources/vendors having the skills and capabilities necessary to provide all labor, equipment and material necessary for standing up a Community Based Outpatient Clinic (CBOC) for the Department of Veterans Affairs at the John D. Dingell VA Medical Center, located at 4646 John R. Street, Detroit, Michigan 48201. The location of the CBOC facility will be in the Yale, Michigan 48097 area. All interested contractors are invited to provide information to contribute to this market survey/sources sought including, commercial market information. This Sources Sought notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The VA is currently conducting market research to locate qualified, experienced and interested potential sources relative to NAICS 621498. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this Sources Sought announcement. General Requirements: This Sources Sought is for Community-Based Outpatient Clinics (CBOCs) for providing Primary Care and Mental Health Services in a private hospital, office or clinic environment to veterans primarily residing in Yale, Michigan. The facility should be located within 1.5 miles from the middle of the City of Yale Michigan, the intersection of Park Ave and South Main Streets. The Parent Facility for this CBOC is the John D. Dingell VAMC in Detroit, Michigan. Unless otherwise noted, hereafter within this document, singular terms such as CBOC , clinic or Contractor s facility shall refer to the Yale County CBOC. The Contractor shall provide a community-based outpatient clinic solely dedicated to veterans. The hours of operation for services rendered will be Monday Friday from 8:00 am to 4:30pm with one weekday clinic extending to 6:00pm. There should be provisions to offer a Saturday clinic as determined by JDDVAMC. Primary Care services will provide a continuum of care from prevention to diagnosis and treatment, to appropriate referral and follow-up. Those patients needing specialty or follow-up care shall be referred to JDDVAMC. The CBOC must have the necessary professional medical staff, diagnostic testing and treatment capability, and referral arrangements needed to ensure continuity of health care. Primary Care services include longitudinal outpatient medical care for the purposes of prevention and detection of disease and subsequent management of medical conditions, for veterans deemed eligible. The care will be provided by primary care providers who may be general practitioners or general internists or their authorized designees. The proposed CBOC, at a minimum, shall provide one standard of care that must be consistent, safe and of high quality. Additionally, the proposed CBOC is expected to comply with all relevant VA policies and procedures, including those related to quality, patient safety and performance. The CBOC must be poised to respond quickly to VA policy and procedure changes. If requested or required by either the government or the Contractor, the Contractor will work closely with the Contracting Officer and COR to modify the contract expeditiously, in order to limit the impact on the clinic s veterans and ensure consistency with the care provided by the VA s other Primary Care Clinics. The care provided by the CBOC should be patient centered, continuous, accessible, coordinated, and consistent with JDDVAMC standards, including the thirteen service standards detailed in VHA Directive 2006-041, Veterans Health Care Service Standards, dated 6/27/06 (or subsequent revisions thereto). This care will include: (1) Scheduled initial or follow-up visits to primary care providers at the CBOC site. A complete history and physical examination which includes cervical cancer screening for women (including one of the following Current Procedural Terminology (CPT) codes: 99203-99205; 99213-99215; 99243-99245; 99385-99387; or 99395-99397.) must be performed on the first visit other than in exceptional circumstances. This is a Vesting CPT Code visit. Exceptional circumstances mean the Veteran is seen for his first visit as an emergency for a shorter duration visit. In this case, a complete history and physical examination must be completed within 72 hours. The complete history and physical examination will be performed with documentation of Veteran problems via the on-line Problem List option in the Veterans Health Information Systems and Technology Architecture (VISTA) / Computerized Patient Record System (CPRS) computer system which will be updated as needed on each subsequent visit. The Problem List is to be updated by the third visit and all subsequent visits, and include all significant diagnoses, procedures, drug allergies, and medications. Within twelve (12) months of the last visit, the Veteran must receive a visit which justifies any of the Vesting CPT Codes. (2) Point of Care Testing (POC): The CBOC will provide POC Testing for the following conditions: (a) Conditions requiring chronic anticoagulation with warfarin. All CBOCs will perform POC INR (International Normalized Ratio) testing to allow for real-time adjustment of warfarin dosing. Currently, the management of all chronic anticoagulation with warfarin for patients with providers based at the primary care clinics at Heinz, Highland or University Drive is performed through pharmacist-run anticoagulation clinics using POC INR testing. (b) Glycosylated Hemoglobin (HbA1C) testing for patients with diabetes. Several VA Mission Critical performance targets are based on HbA1C levels in diabetics, including yearly monitoring of HbA1C levels. This POC service is currently part of the standard prevention process at the A, B, and C primary care clinics. This POC testing should be performed at least yearly. (3) Office and virtual visits to other health care providers including nurses, physician extenders, or dietitians for the purposes of monitoring or preventing disease and providing patients with information and/or skills so they can participate in decision-making and self-care. (4) Diagnostic tests ordered by primary care provider or his/her designee as indicated in paragraph 1.b. below. (5) Phone contacts with patients and primary care providers or their designee. b. Examples of primary care services include, but are not limited to, the following CPT codes: (The Contractor shall adhere to the most current CPT coding standards.) CPT CODES SERVICES 90801, 90804, 90806, 90808, 90847, 90853 Individual Psychotherapy 90847, 90847 Group/Family Psychotherapy 99201-99215 Office or Other Outpatient Services 99241-99245 Consultations 99354-99355 Prolonged Services Face to Face 10060, 10061, 10120, 10140, 10160, 10180, 11000, 11001, 11040, 11055, 11056, 11057, 11719, 11720, 11721, 11730, 11732, 11740, 11900, 20550, 20600, 20605, J0702, J0704, G0127, 28510 Podiatry Services. 99441-99443 Telephone Calls to Patient or Other Health Care Professionals 99381-99397 Preventive Medicine Service 99401-99429 Counseling and or Risk Factor Reduction Intervention 36410, 36415 Venipuncture for collection of specimens Included in CPT codes listed elsewhere in this table. Female: Women's health services, including but not limited to, pelvic/breast exams; contraception counseling and management; management of osteoporosis, menopause, pelvic pain, abnormal uterine bleeding, and sexually transmitted diseases; in addition to screening for breast and cervical cancer or, a history of sexual trauma. Referral for pregnancy, mammography and recognition of ectopic pregnancy. GYN abnormalities should be referred through a Gynecology consult to the Parent facility. 65205 Eye: Superficial removal of foreign bodies. 69000-69200 69210 Ear: Simple procedures (e.g., drainage ext. ear abscess, removal foreign body). 70010TC-76499TC Diagnostic Radiology and Diagnostic Imaging shall be performed with the exclusion of invasive procedures, MRI, CT, Ultrasound and mammography. 81002, 81025, 82272QW, 82075, 82948, 83036QW, 85610QW Laboratory Services as follows: Urinalysis (non-automated w/o microscopic), pregnancy testing (visual color comparison), occult blood feces 1-3 tests, breath alcohol, whole blood glucose, glycated Hemoglobin (A1C), and prothrombin time/INR. Optional Provider Performed Tests are as follows: Gastroccult and crystals. Note: These (waived) laboratory tests can be typically done in physicians' offices. All other laboratory services should be referred to VAHS. 90700-90749 Immunization Injections as recommended by CDC, or other recognized medical groups/academies. 93000, 93005, 93010, 93040, 93041, 93042 Cardiography Services are limited to ECG performance and interpretation. Note: The Contractor must utilize MUSE-compatible EKGs. 94010, 94060, 94640, 94760 Performance and interpretation of spirometry and pulse oximetry for oxygen saturation. Other pulmonary procedures are excluded. 10060, 10061, 10080, 10081, 10120, 11200, 11730, 11770, 12001, 12002, 12004, 12005, 12006 Minor Surgery. Procedures are limited to minor surgeries that only require local anesthesia. Requested submittal Information: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 10 pages in length, single spaced, 12-point font minimum. The Government will not review any other data or attachments that are in excess of the 10 pages. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. Interested parties shall furnish the following minimum information: Company name and address. Company point of contact name, telephone number and email address. Is your business large or small? If small, does your firm qualify as a small, emerging business, or small disadvantaged business? If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act Is your firm a certified Hub zone firm? Is your firm a woman-owned or operated business? Is your firm a certified Service-Disabled Veteran or Veteran Owned Small business (SDVOSB or VOSB)? If your firm is a SDVOSB or VOSB, are you registered with VetBiz Registry? If not, please register at: http://vip.vetbiz.gov/general_user/register/default.asp Does your firm have a DUNS number? If so, please provide. If not, you must register with Dun & Bradstreet at: http://www.dnb.com Is your firm registered with the System for Award Management (SAM) at https://www.sam.gov/portal/SAM/#1? If not, please register as soon as possible. If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant SINS. Does your firm have a website address? Please provide. Are you certified by the Joint Commission? Capabilities/Qualifications: A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Description of the capabilities/qualifications/skills your company possesses to perform services described in the scope of work. Do you need to subcontract any portion of work to provide these services stated herein? Past Experience: Brief summary of the company history relative to similar requirements. Offer may provide the following information on a maximum of three similar projects for which the responder was a prime or subcontractor. The name, address, and value of each project. The Prime Contract Type, Firm Fixed-Price, or Time and Material. The name, telephone and address of the owner of each project. A description of each project and why it is relevant to this requirement. Include difficulties and successes. Your company s role and services provided for each project. What are the common qualifications of the people who are providing these services? Telephone and faxed responses will not be accepted nor responded to. It is requested that the above information be provided no later than 8/06/2020, Noon 1200PM EST. Responses should be emailed to Ronald M. Morgan ronaldmichael.morgan@va.gov, and Alex Daniel, Alexander.Daniel@va.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0d85995af2b345838c5206e973827eba/view)
- Place of Performance
- Address: Yale, Michigan, Michigan
- Record
- SN05713987-F 20200709/200707230155 (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 |