Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2005 FBO #1284
SOLICITATION NOTICE

Q--Q -- Orthopedic-Physician Services

Notice Date
5/31/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Great Lakes Health Care System, Great Lakes Acquisition Center, 5000 West National Avenue, Bldg. No. 5, Milwaukee, Wisconsin 53295-0005
 
ZIP Code
53295-0005
 
Solicitation Number
69D-284-05
 
Response Due
6/24/2005
 
Archive Date
7/24/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation. Request for Quotation #RFQ 69D-284-05 entitled ?Orthopedic Services? is hereby issued for commercial items as a 100% Small Business Set-Aside and is prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, Part 13, Simplified Acquisition Procedures, and as supplemented with additional information included in this notice. This announcement incorporates provisions and clauses in effect through FAC 2001-27 and VAAR 97-10. NAICS Code 621111 applies for this procurement and the small business size standard is $8.5 million. This announcement/solicitation constitutes the only bid document that will be issued. A separate written solicitation document will not be issued. Contractor?s proposals (cost and technical) are herein requested. A response to requirements listed below shall be submitted on contractor?s letterhead or formal quotation form and must address all requirements listed in a separate technical proposal. Contractor?s price and technical proposal must contain the name, title and signature of person authorized to submit proposals/bids on behalf of the contractor. VA Iron Mountain has determined a requirement for one (1) full-time, Orthopedic Surgeon to work Monday through Friday except for National holidays. Term of the contract is expected to be a base year plus four additional one-year option years. Contract start date will be the date of award. Description of work includes evaluation and recommendation and/or institution of appropriate treatment for patients? orthopedic conditions while being seen in the clinic, in consultation or in follow-up. Included in this service is the dictation of an appropriate clinic consult or follow-up note, ordering indicated medications, applying or removing splints or casts, suture removal, dressing changes, joint and tendon injections, minor wound debridement and ordering and reviewing radiological studies. These services will be provided at a fee per clinic rate. Surgical procedures will be scheduled as outlined. Hours for scheduling of procedures are from 0630 ? 1400 for elective cases. Ward visits through consultation or postoperative follow up as required. All documentation will comply with standards set forth by the Department of Veterans Affairs directive. All progress notes will be entered the day the service is rendered, in order to process records promptly. Operation notes will be dictated within 24 hours of the procedure. The surgeon will complete electronic encounter forms. All steps must be completed and documented according to VA Directive 2002-070, Ensuring Correct Surgery with individual cases not in compliance resulting in cancelled surgery until all steps are completed. Location of work is within the VA medical center Iron Mountain, MI wards, ICU, Primary care/Urgent care. Primary area of orthopedic work would include surgery/OR suites, ambulatory procedure area and specialty clinic setting. Contractor must be located within a 30-mile radius of Iron Mountain medical center. Pre-established clinic dates/times according to workload and procedure demand and availability of the contract physician. The present workload would require an average of six full clinics a month, with one to two ?consult? clinics per month on an ?as needed? basis. Clinics will be scheduled with the mutual agreement between the contract physician and the surgical clinic staff. A full clinic will consist of 22 patients with no more than 12 new consults or new patient problems. A ?Consult? clinic shall consist of no more than 11 patients and all can be new consults and/or new problems. Payment of services will be bi-weekly. All procedures paid according to current fiscal year Medicare Par amount for services performed in a facility setting. Pay is per procedure, cost per clinic and per consult clinic. Awarded offeror is hereby notified that the position would be considered ?low risk? under the position sensitivity designate in accordance with IL 90-01-6 entitled Contractor Personnel Security Requirements. Evaluation may be made with or without discussions with the offeror(s). This solicitation will result in a non-personal services contract. All responsible sources that can meet the requirements and provide services as listed above may respond to this solicitation by submitting cost and technical proposals (curriculum vitae) on their company letterhead or bid form. The following provisions and clauses shall apply to this solicitation: 52.204-7 Central Contractor Registration (Oct. 2003); 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far (FAR) and http://www.va.govoa&mm/vaar/ (VAAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation ? Commercial Items; 52.212-3 Offeror Representations and Certification ? Commercial Items (NOTE ? Offerors must include a completed copy of ?Offeror Representations and Certification? along with his/her offer); 52.212-4 Contract Terms and Conditions ? Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders ? Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; VAAR 852.270-4 Commercial Advertising; 852.219-70 Protest Content; 852.236-76 Correspondence; 852.237-7 Indemnification and Medical Liability Insurance; 852.237-70 Contractor Responsibilities; 852.270-1 Representatives of Contracting Officers; and 852.233-71 Alternate Protest Procedure. Proposals shall include all information required in 52.212-1, Schedule of Prices Offered, a copy of published price list for the services proposed, proof of insurance, and a completed copy of provision 52.212-3. Submit all price and technical proposals to Judith Ziebart, Contracting Officer, Great Lakes Acquisition Center, 5000 West National Avenue, Building 5, Milwaukee, WI 53295. Faxed proposals will be accepted at (414) 902-5440. For further information, contact Judith Ziebart at (414) 902-5414. Electronic solicitation may be obtained FREE at the following URL: http://www.va.gov/oamm/busopp/sols.htm. Requests for hard copy solicitation must be in writing to the GLAC Contact Point and accompanied by a check for $5.00 made out to the Department of Veterans Affairs. No telephone requests will be accepted. Any amendments issued to this solicitation will also be available at the URL address. Offerors are advised that they are responsible for obtaining amendments.
 
Web Link
RFQ 69D-284-05
(http://www.bos.oamm.va.gov/solicitation?number=69D-284-05)
 
Place of Performance
Address: VAMC Iron Mt., MI
Zip Code: 49801
Country: United States
 
Record
SN00818349-W 20050602/050531211834 (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.