SOURCES SOUGHT
Q -- 436 | HCR | TELEHEALTH SERVICES Long-Term 10/01/2023- 09/30/28
- Notice Date
- 4/11/2023 12:40:57 PM
- Notice Type
- Sources Sought
- NAICS
- 621999
— All Other Miscellaneous Ambulatory Health Care Services
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25923Q0406
- Response Due
- 4/18/2023 4:00:00 PM
- Archive Date
- 05/18/2023
- Point of Contact
- Syreeta Newsuan, Contract Specialist, Phone: 303-712-5763
- E-Mail Address
-
syreeta.newsuan@va.gov
(syreeta.newsuan@va.gov)
- Awardee
- null
- Description
- THIS IS A SOURCE SOUGHT NOTICE / REQUEST FOR INFORMATION (RFI) ONLY. THIS IS NOT A REQUEST FOR PROPOSAL AND/OR QUOTE. The Department of Veterans Affairs (VA), Veterans Integrated Systems Network (VISN) 19 and the Network Contracting Office (NCO) 19 are performing market research to determine if there are sufficient numbers of qualified (1) Service Disabled Veteran Owned Small Business; (2) Veteran Owned Small Business; or (3) Small Business to set aside a Firm Fixed Price for Pharmacy services. The Montana VA Medical Center; requires the following services to be provided in a private hospital, office or clinic environment to Veterans, primarily residing in Plentywood, Montana: Primary Care CBOC: offers both medical and mental health care (physically on site and by telehealth) and may offer support services such as pharmacy, laboratory, and x-ray. Primary Care CBOCs are required to provide both primary care and mental health services. Contracted Staff Requirements: the PCTOC site will be located in a remote, rural area and will require sufficient staffing to provide health services in a safe, efficient, and effective primary care environment. At a minimum, the PCTOC will need one (1) designated Registered Nurse (RN), one (1) designated Licensed Practical Nurse (LPN), and one (1) Telehealth Clinical Technician (TCT) to provide services to the Veterans to include but are not limited to services ordered by a VA Provider such as dressing changes, injections, and assistance during prosthetic devise issuance. The intent would be for at least two (2) designated licensed staff to provide care management and care coordination between the Veteran and the VA Provider. Designated contracted staff will be required to complete all Telehealth required virtual and in-person training. Contracted staff may be required to attend VA Conference calls and occasional in-person training not to exceed three (3) days per calendar year per identified staff (RNs, TCT) intended to support and maximize PCTOC delivery of care. Contracted staff shall respond in a professional, courteous, and timely manner to the needs of both internal and external customers. The Contractor is required to meet VHA performance and quality criteria and standards including, but not limited to, access, customer satisfaction, prevention index, chronic disease index and clinical guidelines. Performance and quality standards may change during the contract. New or revised quality/performance criteria or standards will be provided to the Contractor before implementation date and throughout the life of the contract through unilateral or bi-lateral modifications, as applicable. Copies of current VA and VHA publications can be located at http://www.va.gov/vhapublications/ or at http://www.va.gov/vapubs/. Compliance with mandated performance is required as a condition of this contract. Contractor shall comply with all relevant VA policies and procedures, including those related to quality, access, patient safety and performance, including, but not limited to the policies listed on the Contracted Clinic Policy Document located at https://www.patientcare.va.gov/primarycare/Resources.asp. The NAICS CODE: 621999-All other Misc. Ambulatory Healthcare Services, PSC: Q999-Medical - Other, Small Business Size Standard: 20.5 Million. *All responses should include the following; FSS contract number if applicable, socioeconomic category, technical/capability information, ability to meet VA requirements, and existing customers. Interested sources may submit a 1 or 2-page capability statement with enough detail for the Government to make an informed decision regarding such capability. The statement should identify supplier s name, address, point of contact, phone and fax numbers, e-mail addresses and business type and size. Any pertinent FSS Schedule numbers with expiration date should also be provided. Please email capability statements to: Contract Specialist, Syreeta Newsuan at syreeta.newsuan@va.gov by 5:00 PM Mountain Standard Time on April 18, 2023. Telephone inquiries will not be accepted. Please note ""Tele-health Services"" in the subject line of the email.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0ad1dabdccfa4661aec5e863eefbc930/view)
- Place of Performance
- Address: Salt Lake City VAMC 500 Foothill Blvd, Salt Lake City, UT 84148, USA
- Zip Code: 84148
- Country: USA
- Zip Code: 84148
- Record
- SN06647481-F 20230413/230411230112 (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 |