Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2002 FBO #0199
SOLICITATION NOTICE

Q -- Perfusionist Services

Notice Date
6/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Salt Lake City Health Care System, (660/04A), 500 Foothill Boulevard, Salt Lake City, Utah 84148
 
ZIP Code
84148
 
Solicitation Number
660-007-02
 
Response Due
7/9/2002
 
Archive Date
8/8/2002
 
Point of Contact
Point of Contact - Richard Garrard, Contracting Officer, (801) 584-1243, Contracting Officer - Richard Garrard, Contracting Officer, (801) 584-1243
 
E-Mail Address
Email your questions to Richard Garrard
(richard.garrard@med.va.gov)
 
Description
PERFUSIONIST SERVICES?SOLICITATION 660-007-02. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, utilizing SAP procedures as prescribed in FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. If it appears the entire synopsis/solicitation is not visible, please contact Contracting Officer by email. THIS ACQUISITION IS UNRESTRICTED. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07. The North American Industry Classification System Code is 621399. The small business size standard is $6.0 million. CONTRACT LINE ITEMS: Base Year: CLIN 0001: Furnish perfusion services to perform cardiopulmonary procedures. Quantity: 150 cases. Unit Price:___________. CLIN 0002: Furnish perfusion coverage for PTCA standby. Quantity: 60 cases. Unit Price:___________. CLIN 0003: Furnish perfusion services for any standby, w/ pump set up. Quantity: 2 cases. Unit Price:___________. CLIN 0004: Furnish coverage for autotransfusion procedures (heart, ortho, vascular, trauma). Quantity: 230 cases. Unit Price:___________. CLIN 0005: Furnish coverage for ECMO, or LVAD, long term bypass. Quantity: 1 case. Unit Price:___________. Option Year 1: CLIN 0101: Furnish perfusion services to perform cardiopulmonary procedures. Quantity: 150 cases. Unit Price:___________. CLIN 0102: Furnish perfusion coverage for PTCA standby. Quantity: 60 cases. Unit Price:___________. CLIN 0103: Furnish perfusion services for any standby, w/ pump set up. Quantity: 2 cases. Unit Price:___________. CLIN 0104: Furnish coverage for autotransfusion procedures (heart, ortho, vascular, trauma). Quantity: 230 cases. Unit Price:___________. CLIN 0105: Furnish coverage for ECMO, or LVAD, long term bypass. Quantity: 1 case. Unit Price:___________. Option Year 2: CLIN 0201: Furnish perfusion services to perform cardiopulmonary procedures. Quantity: 150 cases. Unit Price:___________. CLIN 0202: Furnish perfusion coverage for PTCA standby. Quantity: 60 cases. Unit Price:___________. CLIN 0203: Furnish perfusion services for any standby, w/ pump set up. Quantity: 2 cases. Unit Price:___________. CLIN 0204: Furnish coverage for autotransfusion procedures (heart, ortho, vascular, trauma). Quantity: 230 cases. Unit Price:___________. CLIN 0205: Furnish coverage for ECMO, or LVAD, long term bypass. Quantity: 1 case. Unit Price:___________. CONTRACT REQUIREMENTS: The contractor will provide certified cardiovascular perfusionists to operate patient circulatory support equipment in the Operating Room. When a case is scheduled, the contractor shall provide a certified cardiovascular perfusionist to VASLCHCS for bypass machine operation to provide artificial circulation to the patient during open heart or heart transplant procedures, which requires qualifications to perform the following duties: Preparation and operation of extracorporeal circulation/cardiopulmonary support; Intra-aortic balloon pump; Counter pulsations; Circulatory support; Ventricular assistance; Extracorporeal membrane oxygenation;Blood conservation techniques; Autologous (cell saver) blood recovery devices; Myocardial preservation techniques; Anticoagulation and hematologic monitoring/analysis; Physiological monitoring/analysis; Blood gas and blood chemistry monitoring/analysis; Induction of hypothermia/hyperthermia with reversal; Hemodilution; Hemofiltration; Administration of medication; Blood components and anesthetic agents via the extracorporeal circuit; Documentation associated with these described duties Other duties may include isolated limb/organ perfusion; organ preservation and staff teaching/inservices. The contractor must be able to provide the following services at no additional cost: Emergency coverage. Perfusionist must be responsible for coverage of emergent cases, and be accessible by telephone or by portable pager 24 hours per day, 7 days a week. Physicians will sign in and out in a log book for each visit to the VASLCHCS. Services will require an estimated one (1) FTEE for coverage.EVALUATION FACTORS FOR AWARD: FAR 52.212-2 Evaluation ? Commercial Items (Jan 1999) (a) The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. EVALUATION CRITERIA: 1. TECHNICAL ABILITIES/EXPERIENCE(4 copies of documentation required): PAST PERFORMANCE(4 copies of documentation required): a. Identify existing or past contracts with terms and conditions the same as or similar to those in this solicitation. Include contract number, point of contact, and telephone number. b. Provide any information encountered during performance of those contracts that would have an adverse rating, and steps taken to correct the adverse rating. PRICE: Provide written pricing as per the CLINs listed above (2 copies required). EVALUATION NOTE: Technical and past performance, when combined, are substantially more important than price. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Full text of clauses and provisions are available at http://www.arnet.gov/ and Veterans Affairs Acquisition Regulations are available at http://www.va.gov/oa&mm/vaar. OFFERORS ARE REQUIRED TO INCLUDE A COMPLETED COPY of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items ALT III (OCT 2000), with its offer. The following provisions apply to this acquisition: 52.212-1; 52.212-2, 52.217-8 (60 days notice), 52.217-9 (60 days notice), 52.237-7; 52.217-5. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (AUG 2000), applies to this acquisition with the following clauses added as addenda to the clause: 52.204-4, 52.224-1, 52.224-2, 52.225-3, 52.225-13, 52.225-16, 52.232-4, 852.270-4, 852.237-70, 852.270-1, 852.237-7 (which requires submission of certification of indemnification/liability insurance, consistent with the laws of the state of Utah). Contractor will maintain liability insurance issued by a responsible insurance carrier of not less than the following amount per specialty per occurrence: $1,000,000. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (MAY 1999), applies to this acquisition and the additional FAR clauses cited in the clause are: 52.219-8, 52.222-21, 52.222-26, Equal Opportunity, 52.222-35, 52.222-36, 52.222-37. Proposals are due no later than 1:00 p.m., local time, July 9, 2002. No solicitation document will be issued. Questions concerning this procurement shall be submitted to the contracting officer via e-mail or by facsimile at (801) 584-2506.
 
Web Link
RFQ 660-007-02
(http://www.bos.oamm.va.gov/solicitation?number=660-007-02)
 
Record
SN00094547-W 20020619/020617213242 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.