SPECIAL NOTICE
Q -- Autotransfusion Services
- Notice Date
- 5/20/2022 2:07:02 PM
- Notice Type
- Special Notice
- NAICS
- 622110
— General Medical and Surgical Hospitals
- Contracting Office
- DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
- ZIP Code
- 22042
- Solicitation Number
- JA220101
- Response Due
- 5/29/2022 9:00:00 PM
- Archive Date
- 06/01/2022
- Point of Contact
- Kara Williams
- E-Mail Address
-
kara.e.williams5.civ@mail.mil
(kara.e.williams5.civ@mail.mil)
- Description
- The DHA intends to negotiate on a sole source basis (IAW FAR 13.501(a), Only One Responsible Source.� The proposed source is Specialty Care Cardiovascular Resources, 3100 West End Avenue, Suite 800, Nashville, TN 37203-5813. The requirement is for a contract for non-personal autotransfusion services for Naval Medical Center (NMC) Portsmouth. The autotransfusion services shall be for surgical cases requiring patients own blood salvaged and transfused while in the operating room. In addition, services are required for the provision of adult autotransfusions and pediatric orthopedic autotransfusions services for the Main Operating Room (MOR) and same day operating areas, under the Directorate of Surgical Services located at NMCP for both Emergent and Non-Emergent procedures. It is anticipated that 70 routine non-emergent procedures, and 10 emergent procedures will be required during the period of performance of 01 June 2022 through 31 May 2023. Service for nonemergent procedures will be provided Monday through Friday, exclusive of Federal holidays, from 0700 through 1830 hours. Notification for nonemergent procedures will be provided by Main Operating Room (MOR) leadership on an as needed basis; the Government will provide notification as each procedure is scheduled. The timeframe for notification will be anywhere from one (1) day before the procedure to more than 30 days in advance. Contractor shall be responsible for providing a toll-free number where requests for services can be communicated to a live person with a confirmation number communicated to the Government. Service for emergency procedures shall be provided at any time Monday through Sunday, including after hours, weekends and Federal holidays. Contract employees shall be required to carry a cellphone/beeper/pager, to be provided by the Contractor, at all times to receive� emergency procedure notifications. Notification for emergency procedures will be provided by MOR leadership when the case is scheduled. Notification will be provided to the Contractor, and the Contractor shall be responsible for notifying contract employees. The Contractor shall be responsible for providing a toll-free number where requests for services can be communicated to a live person with a confirmation number communicated to the Government. The Contractor shall provide a call-back within 15 minutes of the initial notification to confirm that a contract employee has been notified and will respond in a timely manner. The contract employee shall be in the MOR for emergency cases within a maximum of one (1) hour from the time initial notification is provided. In conjunction with the attending anesthesiologist or nurse anesthetist, the Contractor is required to assist in planning autotransfusion needs, supplies and time requirements for surgeries. These requests shall be made via telephone and shall occur on an as needed basis. There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry� � Classification System (NAICS) 622110 with a Small Business Size Standard of $41.5M. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data sufficient to determine capability in providing the same product. All capability statements received by the closing date of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. If a vendor wishes to provide a capability statement please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to Kara Williams at kara.e.williams5.civ@mail.mil. The closing date for capability statements in response to this notice is required no later than 4:00 PM ET on 30 May��2022. No phone calls will be accepted. No attachments or links have been added to this opportunity.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/69a7b918fbb14ff1ae4ff2b891d39bf8/view)
- Place of Performance
- Address: Portsmouth, VA 23708, USA
- Zip Code: 23708
- Country: USA
- Zip Code: 23708
- Record
- SN06333655-F 20220522/220521211344 (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 |