Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2007 FBO #2015
SOLICITATION NOTICE

Q -- PET SCANS

Notice Date
6/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Veteran Affairs;Aleda E. Lutz Medical Center (90C);1500 Weiss Street;Saginaw MI 48602
 
ZIP Code
48602
 
Solicitation Number
VA-251-07-RP-0032
 
Response Due
6/1/2007
 
Archive Date
7/31/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. The North American Industry Classification System Code is 621512, Diagnostic Imaging Centers. The small business size standard is $12.5 million average annual receipts for the past three years. This procurement is unrestricted. Proposed rates should include all costs associated with providing the following services. Request For Proposal (RFP) VA-251-RP-0032 to provide off-site PET Scan Services CPT Code 78815 PET with concurrently acquired CT, Skull base to mid-thigh to the veteran beneficiaries of the Aleda E. Lutz VA Medical Center, 1500 Weiss Street, Saginaw, Michigan. Number of exams is estimated at 50 per year. Rates quoted must be all-inclusive. Services shall include all space equipment, certified personnel, radioactive tracer and incidentals, and results/reports. The VA intends to award a contract with a base period July 1, 2007 through June 30, 2008 with 4 additional pre-priced option years. Offerors are requested to quote a price for the base and option years. Offerors are encouraged to submit quotes based on ability to provide the following Scope of Work: 1. Contractor shall provide FDA approved Positron Emission Tomography (PET)/Computed Tomography (CT) Scan Services to all referred patients of the Department of Veterans Affairs Medical Center, Saginaw, MI. Services shall be performed at Contractor's facility. The PET/CT shall be provided on a scheduled or emergent basis for VA Medical Center use in determining diagnosis and patient treatment management plans. Services to include all space, equipment, certified personnel, radioactive tracer and incidentals and results/reports. Provide overall supervision of exams. A list of VA personnel who have authorization authority will be provided after contract award. NOTE: FUSION of separate PET and CT Images DOES NOT meet the terms of this contract. Contractor shall provide all labor, materials, supplies, equipment, certified personnel, and radioactive tracers and incidentals required to perform the scans. The PET/CT scanner must have appropriate certification and have routine maintenance and quality assurance reviews. Evidence of this must be included in the Contractor's proposal.2.SCHEDULING: The assigned staff from the VA Medical Center will work with the Contractor to schedule all patients. Flexible scheduling shall be required with same or next day scheduling an option to VAMC. The Contractor's staff shall be responsible for contacting the patient to notify him/her of the scheduled time, provide directions to the Contractor's facility, and provide any special instructions relative to the examination for those exams requested by Saginaw, VAMC. Patients shall be scheduled by VA scheduling personnel. A list of persons authorized to schedule scans with Contractor shall be forwarded after contract award. The physician's order will be faxed to the PET imaging section by the VAMC staff. Urgent exams should be scheduled within twenty-four hours and routine exams within seven days of request. VAMC anticipates scheduled scans for two to three patients per week. On rare occasions, VAMC may require added service on short notice on an urgent basis. VAMC estimates 150 scans annually, with a possible increase due to referrals from surrounding VA Medical Centers.3.REPORT AND IMAGE DELIVERY: Provide individual patient reports, detailing data, scan type, referring physician, scan times, isotope, route of administration, dose, etc., delivered upon completion of scheduled scan. The reports will be faxed to a designated fax number within 24 hours of scan completion. The image (CD) shall be delivered to the VAMC radiology department within two days of a completed scan. If the image/exam is unreadable or of poor quality, then the Contractor shall be notified and required to perform another PET/CT Scan on the patient free of charge within two (2) business days after notification from the VA. 4. PATIENT REFERRAL: The Contractor is not authorized to refer any VA patients for additional medical treatment. Separate authorization, by the VA, will be necessary for continued care or referral for additional care.5. PATIENT MEDICAL RECORDS: Clinical or other medical records of VA beneficiaries that are released to the Contractor shall be returned to the VA after review. The VA will provide the Contractor(s) with the patient's medical records when necessary. The Contractor shall be responsible for the safekeeping of both the electronic and paper medical records (whichever is applicable). Patient Privacy Provisions and HIPAA regulations are applicable to the release of patient information. Under no circumstances shall Contractor bill any patient for any procedure. All costs shall be charged only to VAMC, at the designated rates(s) as listed by the Contractor in the Schedule of Items. Those rates shall be all-inclusive per scans. Joint Commission Standards 1. The Contractor shall continuously meet or exceed all Joint Commission Standards applicable to the services specified. 2.DESCRIPTION OF FACILITIES TO INCLUDE ENVIRONMENT AND PATIENT SAFETY: Contractor's facilities shall be accessible for wheelchair and stretcher, as well as ambulatory patients. The Contractor shall take full responsibility for the patient's well-being and safety once the patient enters its facility. Contractor shall have the ability to appropriately monitor inpatients with IVs, Oxygen and provide emergency care as needed, i.e. resuscitation, CPR, life-saving. The contractor shall maintain a safe environment in the clinic at all times. The VA shall approve the vendor's Emergency Preparedness Plan, VAMC Safety and Infection Control inspections prior to the provisions of patient care. The contractor shall conduct annual fire and disaster drills. The contractor shall conduct monthly and annual testing of the emergency lighting system. The contractor shall conduct monthly fire extinguisher inspections and ensure annual maintenance is performed. Routine and recurrent preventive maintenance inspections shall be the responsibility of the contractor. Safety/Environmental/Infection Control surveillance rounds shall be conducted semi-annually by the contractor. All significant problems identified shall be reported verbally to the COTR within 24 hours. A written corrective plan of action shall be submitted to the COTR within 5 days. Timeframes and priorities for completion of action plan items will be mutually agreed upon by the contractor and the VAMC Safety Officer. A compliance report addressing preventive maintenance inspections, fire drills, and Safety Environmental Infection Control inspections, shall be reported to the COTR annually. Environmental safety shall be the responsibility of the contractor. Contracted staff shall complete all VAMC required Safety educational d training, as evidence by attendance records provided to the COTR on an annual basis. Compliance with all safety management plans shall be continuously demonstrated by the contractor. Contracted staff shall successfully pass VAMC safety and Infection Control inspections prior to the provision of patient care. Reports of surveillance, control, prevention and monitoring activities performed by the VAMC will be provided to the contractor.3. INFECTION CONTROL: Contracted patient care activities shall be integrated into the VAMC Infection Control program, and contract staff shall adhere to VAMC Infection Control policies and procedures. The VAMC Infection Control plan shall identify for the contractor how risks will be identified, methods to be used to reduce risks, identification and report of community acquired and nosocomial infections, and data collection and reporting requirements. Reports of surveillance, control prevention and monitoring activities performed by the VAMC will be provided, on a routine basis, to the contractor. 4. QUALITY ASSURANCE AND QUALITY CONTROL: Contractor shall have a quality assurance program in place which documents each scan with reports provided VAMC upon request showing individual and corporate results and comparisons. As necessary, maintain equipment service records to document performance reports. All patients entered in a research protocol must be approved by the appropriate VA research committees. No patients shall be subject to any research activity without his fully informed consent, subject to study approval by the Investigational Research Board (IRB). 5. PATIENT POPULATION TREATED: The patient population treated at the Aleda E. Lutz VA Medical Center, Saginaw, Michigan, consists of veterans with varying physical, psychiatric, and psychological needs. Their conditions are, in many cases, directly related to the individual's service to this country. Contract providers shall provide compassionate care with respect for the special needs of the veteran population served, and show professional courtesy toward the VA support staff as an integrated part of the medical center's mission, vision and values as stated below. 6. MEDICAL CENTER MISSION, VISION, AND VALUES STATEMENTS: Mission: Our mission is to deliver primary medical, surgical, and long term healthcare to veterans, and to apply continuous quality improvement practices and respond to assessed customer needs. Vision: We envision a healthcare environment which is recognized for continual growth in quality performance, teamwork, and effective interpersonal relationships. Values: To excel today in primary and long term healthcare for veterans, and to invest in tomorrow through employee development and education. 7. Patient Rights: Protection of all patient rights is of highest priority. VAMC staff will provide all patients a copy of the Patients Rights handbook on entry to care. Contract Providers will review the Patient Right's Handbook, and follow those standards of care. Patient privacy and confidentiality will be maintained at all times. All patient complaints, which are unable to be resolved by the contract provider, will be referred to the Patient Representative. The contractor and patient care services provided will be included in the VAMC data collection activities related to patient compliments and complaints. The contractor shall abide by the VA's Code of Ethics (available upon request) which addresses marketing, admission, transfer, referral and discharge processes, and billing issues. No eligible veteran shall be denied care or treatment which is not reimbursed by a third party insurance carrier.8. OTHER PROVISIONS: The VAMC assumes no liability, in the form of malpractice, for the conduct pertaining to any and all scans. D. EVALUATION (a) The Government will award a contract resulting from this solicitation to the responsible offer or whose offer conforming to the solicitation will be most advantageous to the Government. The following factors listed in descending order of importance shall be used to evaluate offers: 1. Minimum Requirements Proof of Positron Emission Tomographic technologist(s) with certification in Nuclear Medicine or Radiology (ARRT or NMTCB), and a board certified Nuclear Medicine or Radiology Physician(s). Failure to submit licensure and certification information may result in elimination from consideration for award. 2. Technical(a) Providers: The Offerer shall provide a narrative on the ability to provide quality professional providers during the contract period. This will include positron emission tomographic technologist(s) with certification in Nuclear Medicine or Radiology (ARRT or NMTCB), and a board certified Nuclear Medicine or Radiology Physician(s). Offeror shall provide a copy of certifications and/or licenses of each employee performing under this contract. Offeror shall describe their quality review systems including management involvement and remedial action policies. Services: The Offerer shall provide a comprehensive description of the ability to provide a full range of services and ability to comply with Joint Commission standards and all other guidelines/requirements as listed in this solicitation. Explain how the services will be performed. Propose an implementation plan indicating ability to provide personnel/subcontractors, scheduling plan, accessibility and operating hours. Accessibility: The Offeror shall provide the location of PET/CT where the testing portion will be performed. Appointment Availability: Offeror shall provide a narrative of accessibility for appointment scheduling and the availability of flexible appointment times and ability to schedule emergencies. Quality of Equipment and Scan Images: Offeror shall provide information on the type of equipment that scans will be performed on and any information regarding the quality of the images (i.e. customer satisfaction results). 2. Small Business and Subcontracting Plan(s) - Small Business - In an effort to achieve socioeconomic goals, the VA may evaluate Offerors based on their small business status, their proposed use of small business subcontractors and their past performance on adherence to subcontracting plan requirements: a. Small Business Status - Firms qualifying as small businesses will receive credit for this evaluation factor b. Proposed Small Business Subcontracting Plan - Small businesses will receive full credit for this requirement as they are not required to submit a small business subcontracting plans. d. Adherence to Subcontracting Plan Requirements - Businesses that are other than small businesses that complied with the requirements of past small businesses subcontracting plans will receive more favorable consideration under the adherence to subcontracting plan requirements. 3. Past Performance - Offeror shall submit at least three (3) contacts (including name, address and telephone number) for either current or previous contracts of this nature, to include any previous Government contracts. Information that depicts contract performance, financial stability and efficiency and customer satisfaction 4. Price Technical and past performance, when combined, are given twice the weight as price. All sub factors are equal. (b) 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). (c) 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. 1) Each proposal is to be submitted to the Contracting Officer in one mailing envelope with two internal envelopes, three if submitting alternate price proposal. All internal envelopes shall be clearly marked with the RFP number at the lower left-hand corner. Each internal envelope shall be identified as "TECHNICAL PROPOSAL", "PRICE PROPOSAL", and "ALTERNATE PRICE PROPOSAL", if submitted.2) The Price Proposal shall contain the following: Price Schedule Any exceptions to terms and conditions, Completed 52.212-3 Offeror Representations and Certifications Commercial Items 3) Technical internal envelope: The technical proposal shall address all elements listed above. The technical proposal MUST NOT contain any reference to cost/price. The provision at 52.212-1, Instructions to Offerors - Commercial (SEP 2006), applies to this acquisition. The provision at 52.212-2, Evaluation - Commercial Items (JAN 1999), applies to this procurement. Offerors are required to submit the following documentation with proposals: Offerors are required to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, (NOV 2006), with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2007), applies to this acquisition with the following clauses added as addenda to the clause: 52.204-4 Printing/Copying Double Sided on Recycled Paper (JUN 1996), 52.204-7 Central Contractor Registration (OCT 2003) 52.224-1 Privacy Act Notification (APR 1984), 52.224-2 Privacy Act (APR 1984), 852.270-4 Commercial Advertising (NOV 1984), 852.237-70 Contractors Responsibilities (APR 1984), 852.270-1 Representatives of Contracting Officers (APR 1984), 52.217-8 Option to Extend Services (APR 1989), 852.237-7 Indemnification and Medical Liability Insurance (OCT 1996). The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (MAR 2007), applies to this acquisition and the additional FAR clauses cited in the clause are: 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (OCT 2000)(E.O. 11246), 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (DEC 2001)(29 U.S.C. 793), 52.222-36, Affirmative Action for Workers with Disabilities (JUNE 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (DEC 2001)(38 U.S.C. 4212). Proposals are due no later than 2:00 p.m., local time, June 28, 2007. No solicitation document will be issued. Questions may be submitted to the contracting officer via e-mail at carole.soule@va.gov, by facsimile at (989) 321-4957, or by telephone at (989) 321-4805.
 
Place of Performance
Address: 1500 Weiss Street;Saginaw MI
Zip Code: 48502
Country: US
 
Record
SN01308398-W 20070603/070604103059 (fbodaily.com)
 
Source
FedBizOpps 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.