SOURCES SOUGHT
Q -- FY23: In-Home Respiratory Services| Tampa
- Notice Date
- 5/24/2023 4:57:05 AM
- Notice Type
- Sources Sought
- NAICS
- 621399
— Offices of All Other Miscellaneous Health Practitioners
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24823Q1166
- Response Due
- 5/31/2023 1:00:00 PM
- Archive Date
- 06/30/2023
- Point of Contact
- Peter Bedard, Contract Specialist, Phone: 860-351-3008
- E-Mail Address
-
peter.bedard@va.gov
(peter.bedard@va.gov)
- Awardee
- null
- Description
- ATTACHMENT 1 Special Notice: Sources Sought The Department of Veterans Affairs, VISN 08, James A. Haley Veterans Hospital (JAHVH) located at 13000 Bruce B. Downs Blvd, Tampa, FL 33612 is looking for certified, Service-Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB), Small business, and/or other than small business sources for the following: In-Home Respiratory Therapy Services (RTS) for invasive and non-invasive ventilated patients and other respiratory compromised patients requiring Lung Expansion and Airway Clearance (LEAC) therapy as ordered by JAHVH providers. The standards of care must be equal to and/or exceed VA standards to include the Mission Act and The Joint Commission (TJC) (or equivalent) standards for Homecare, for Veteran beneficiaries serviced by the JAHVAH Spinal Cord Injury (SCI) Unit. Place of Performance: James A. Haley Veterans Hospital (JAHVH) located at 13000 Bruce B. Downs Blvd, Tampa, FL 33612 Period of Performance: The anticipated period of performance for this contract will be from 08/01/2023 through 07/31/2028 for the base year and four (4) one (1) year option periods. Description of Services: The JAHVH has an ongoing requirement to provide an unspecified number of RT off-site services that follow neuro-respiratory guidelines for neurologically compromised patients at high risk of developing ventilatory failure due to atelectasis, mucus plugging and consolidation services to support for Spinal Cord Injury (SCI) services to eligible VA Beneficiaries at the JAHVH. This is a request for sources and information only and it is intended for market research and planning purposes, which may or may not lead to a future solicitation. This is not a request for quotes. The VA will not pay for any information received resulting from the sources sought notice. Requests for copies of a solicitation shall not be honored or acknowledged. However, if your firm is capable of providing these requirements and it is interested in this opportunity, please provide written notification to the Contracting Officer. SDVOSBs or VOSBs must be certified in the Veterans Small Business Certification website at: Veteran Small Business Certification (sba.gov) Services and documentation of care provided under any resultant contract shall be subject to quality management and safety standards as established by the VA, consistent with the standards published by the Joint Commission (TJC) or equivalent. The contractor shall develop and maintain Quality Improvement/ Quality Assurance Programs and provision of care equal to or exceeding VA Standards for employees. The results of all Quality Improvement activities performed by the contractor involving VA patients will be shared with the VA Quality Management Office. Responsibilities of the contractor: The contractor shall visit patients residences for regularly scheduled Respiratory Therapy LEAC procedure visits in performance of this contract bis in die (BID, Twice a day), by appointment only; between the hours of 6:00 a.m. and 10:00 p.m. Treatments should be 6-12 hours apart. Exceptions shall be made in the cases of veteran requests. Prior to entering a veteran s place of residence, the contractor employee shall present photo identification to the veteran/caregiver and verbally identify themselves. The badge shall include the company name and the employee s name. The contractor is responsible for scheduling appointments at the patient s home 24-48 hours prior to the appointment. The contractor shall not discriminate in the treatment of patients referred by the VA under this contract and shall make its services available to patients authorized by the VA in the same manner as to all other patients. LEAC Therapy education shall be provided as a coordinated effort between the James A. Haley VA staff and the contracting agency. The contractor shall re-instruct patients, families, or care givers as necessary without formal orders from the VA. Conflicts of Interest: The contractor shall review applicable Federal, State, and local conflict of interest laws to ensure that conflict of interest situations do not inadvertently arise. Confidentiality: The contractor shall agree to abide by all applicable Federal laws and regulations pertaining to the privacy of patients and or VA employees, including all Health Insurance Portability and Accountability Act (HIPAA) of 1996/ Information Security regulations as they are implemented within the VA. The contractor also shall agree to abide by the confidentiality requirements of the protocols. Only responses from authorized representatives of the firm will be considered. Adequate knowledge, skills, and abilities providing 30-Day Community-Based Emergency Transitional Residential Environment for Veterans who are Homeless will be considered. Product Service Code (PSC): Q521 The North American Industry Classification System (NAICS) Code: 621399. Business Size Standard: $7.5M Point of Contact(s): Peter Bedard 860-351-3008, peter.bedard@va.gov Scope: The contractor will perform In-home Respiratory Services off-site for the beneficiaries of the James A. Haley Veterans Affairs Hospital. INTERESTED PARTIES: All interested firms must be registered in SAM (System for Award Management) to be eligible for awards of Government contracts. Interested parties responding to this Sources Sought request shall submit a capability statement with the following information at a minimum: Point of contact with phone number and email Company name and address SAM.gov Unique Entity Identification code Socio-economic status to identify business class as being a large business, SDVOSB, VOSB, small business, Woman Owned, etc. Documentation relating to capability of performance. Any other pertinent company documentation, prior to submission of offers to a solicitation. Any SDVOSB or VOSB firms responding to this Sources Sought Notice must be certified and verified in the Veterans Small Business Certification website at: Veteran Small Business Certification (sba.gov) The response due date to this Sources Sought notice is May 31, 2023, at 4:00pm EST. Please email responses to Peter Bedard at peter.bedard@va.gov. Only electronic responses will be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bc64c2a8697b426283db910f4688c7ed/view)
- Place of Performance
- Address: James A. Haley Veterans Hospital 13000 Bruce B. Downs BLVD, Tampa 33612
- Zip Code: 33612
- Zip Code: 33612
- Record
- SN06693672-F 20230526/230524230120 (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 |