Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2007 FBO #2028
SOLICITATION NOTICE

Q -- DME-PROSTHETICS

Notice Date
6/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
621610 — Home Health Care Services
 
Contracting Office
Department of Veterans Affairs;Contracting Officer (90C);Bay Pines VA Healthcare System (516);PO Box 457 Bldg 22, Room 411;Bay Pines FL 33744
 
ZIP Code
33744
 
Solicitation Number
VA-248-07-RP-0090
 
Response Due
6/28/2007
 
Archive Date
8/27/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Bay Pines VA Healthcare System, Bay Pines, Florida intends to purchase a truck which complies with below specifications. This solicitation is set-aside 100% for small businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 621610 with a business size standard of 500 employees. The Bay Pines VA Healthcare System requires the following service: SCHEDULE OF SUPPLIES/SERVICES AND PRICES/COSTS Furnish pick-up & delivery services, clean & repair Government owned equipment and provide storage facilities for same in accordance with the specifications in the Description/Specifications/Work Statement section. Above services to be provided to the Prosthetic & Sensory Aids Service (PSAS) of the Department of Veterans Affairs (DVA) Bay Pines VA Healthcare System, Bay Pines Division, for one (1) year from the date of award with the Government having the option to extend for up to four (4) additional years. EST QTY UNIT PRICE TOTAL AMOUNT 1. BASE YEAR DELIVERY & PICK-UP RATES: a) Charge for normal pick-up or delivery of Government owned equipment by County. Normal service is considered to be three (3) business days for Pinellas County and five (5) business days for all other counties. Pinellas 200 $_________ $___________ Manatee 50 $_________ $___________ Sarasota 30 $_________ $___________ Pasco-Hernando 10 $_________ $___________ Desoto, Highland, and Hardy counties combined 10 $_________ $___________ a) Additional labor charge for orders requiring the assembly or disassembly of hospital beds. 100 $_________ $___________ c) Expedite Surcharge for services required within 24 hours. 25 $_________ $___________ TOTAL AGGREGATE COST FOR BASE YEAR..........$___________________ 2. OPTION YEAR 1 DELIVERY & PICK-UP RATES: a) Charge for normal pick-up or delivery of Government owned equipment by County. Normal service is considered to be three (3) business days for Pinellas County and five (5) business days for all other counties. Pinellas 200 $_________ $___________ Manatee 50 $_________ $___________ Sarasota 30 $_________ $___________ Pasco-Hernando 10 $_________ $___________ Desoto, Highland, and Hardy counties combined 10 $_________ $___________ a) Additional labor charge for orders requiring the assembly or disassembly of hospital beds. 100 $_________ $___________ c) Expedite Surcharge for services required within 24 hours. 25 $_________ $___________ TOTAL AGGREGATE COST FOR OPTION YEAR 1...$___________________ 3. OPTION YEAR 2 DELIVERY & PICK-UP RATES: a) Charge for normal pick-up or delivery of Government owned equipment by County. Normal service is considered to be three (3) business days for Pinellas County and five (5) business days for all other counties. Pinellas 200 $_________ $___________ Manatee 50 $_________ $___________ Sarasota 30 $_________ $___________ Pasco-Hernando 10 $_________ $___________ Desoto, Highland, and Hardy counties combined 10 $_________ $___________ a) Additional labor charge for orders requiring the assembly or disassembly of hospital beds. 100 $_________ $___________ c) Expedite Surcharge for services required within 24 hours. 25 $_________ $___________ TOTAL AGGREGATE COST FOR OPTION YEAR 2...$___________________ 4. OPTION YEAR 3 DELIVERY & PICK-UP RATES: a) Charge for normal pick-up or delivery of Government owned equipment by County. Normal service is considered to be three (3) business days for Pinellas County and five (5) business days for all other counties. Pinellas 200 $_________ $___________ Manatee 50 $_________ $___________ Sarasota 30 $_________ $___________ Pasco-Hernando 10 $_________ $___________ Desoto, Highland, and Hardy counties combined 10 $_________ $___________ a) Additional labor charge for orders requiring the assembly or disassembly of hospital beds. 100 $_________ $___________ c) Expedite Surcharge for services required within 24 hours. 25 $_________ $___________ TOTAL AGGREGATE COST FOR OPTION YEAR 3...$___________________ 5. OPTION YEAR 4 DELIVERY & PICK-UP RATES: a) Charge for normal pick-up or delivery of Government owned equipment by County. Normal service is considered to be three (3) business days for Pinellas County and five (5) business days for all other counties. Pinellas 200 $_________ $___________ Manatee 50 $_________ $___________ Sarasota 30 $_________ $___________ Pasco-Hernando 10 $_________ $___________ Desoto, Highland, and Hardy counties combined 10 $_________ $___________ a) Additional labor charge for orders requiring the assembly or disassembly of hospital beds. 100 $_________ $___________ c) Expedite Surcharge for services required within 24 hours. 25 $_________ $___________ TOTAL AGGREGATE COST FOR OPTION YEAR 4...$___________________ TOTAL AGGREGATE COST FOR BASE YEAR..........$___________________ TOTAL AGGREGATE COST FOR OPTION YEAR 1...$___________________ TOTAL AGGREGATE COST FOR OPTION YEAR 2...$___________________ TOTAL AGGREGATE COST FOR OPTION YEAR 3...$___________________ TOTAL AGGREGATE COST FOR OPTION YEAR 4...$___________________ TOTAL AGGREGATE COST FOR ALL YEARS...........$___________________ NOTE: 1) Delivery charges are based on a round-trip/per trip basis, not per item. There will be only one delivery charge per authorization regardless of whether the Contractor obtains the equipment from their warehouse or the PSAS. Likewise, there will be only one pick-up charge per authorization regardless of whether the Contractor returns the equipment to their warehouse or directly to the PSAS. 2) Contractor agrees to accept DVA credit card purchases for this contract. Any costs associated with such purchases should be duly considered when submitting bids. No additional surcharge will be allowed for the provision of credit card payments. Should the DVA be unable to obligate funds via the purchase card system for any reason, standard purchase orders will be issued with direct deposit payment made upon receipt and certification of valid invoices. 3) Estimated quantities of items to be stored at any one time: 10 hospital beds, 20 mattresses, 3 patient lifts, 5 motorized wheelchairs/scooters, 20 other miscellaneous items. 4) Orders for said services under this contract will be placed by the Chief, PSAS or his/her designee, who will assign a Prosthetic Authorization Number to each order. THIS IS A 100% TOTAL SMALL BUSINESS SET-ASIDE DESCRIPTION/SPECIFICATIONS/WORK STATEMENT 1, GENERAL STATEMENT OF CONTRACT SPECIFICATIONS: Contractor must be a Joint Commission on the Accreditation of Healthcare Organizations (JCAHO) accredited home medical equipment (HME) provider and/or comply with all JCAHO standards pertaining to Home Medical Equipment. Contractor will furnish pick-up and delivery services for Government owned equipment, clean and/or repair Government owned equipment as requested and provide storage facilities for same. Deliveries and pick-ups to be made at such times and in such quantities as required and as specified by the DVA Contracting Officer or his designee. Delivery and pick-up charges will be in accordance with rates specified above. The pick-up charge for recovered equipment will include sanitizing prior to disposition or storage in accordance with JCAHO standards. Contractor will furnish to the veteran/caregiver a Delivery Checklist (receipt or notice of delivery) for all deliveries or pick-ups showing Contractor's name and telephone number (along with the information below) in the event service or repairs are required. The Delivery Checklist will be signed and dated by the veteran/caregiver and the driver technician. A copy of this Delivery Checklist will be included with each invoice submitted for payment. An example of the information needed on the Checklist follows: a. Contractor's Name, address, telephone number and signature of driver technician. b. Veteran's Name, last four digits of the Social Security number, veteran/caregiver signature and date of receipt. c. Items delivered including brand name and serial number if applicable. d. Questions for the veteran/caregiver with room for comments, if any: . Did item(s) appear clean? . Was equipment working properly at time of delivery? . Were you given instructions in the care and mechanical use of the equipment? . Were you provided with a receipt/delivery notice showing the name and telephone number of the vendor should repairs be needed? . If electrical equipment was delivered, were you informed prior to delivery that you are responsible for assuring that electrical outlets needed for the equipment are properly grounded and safe for such equipment e. Questions for the driver technician: . Is the home environment suitable for equipment delivered (safety evaluation)? If no, explain how it was made adaptable for use of the equipment. . Was a functional check completed prior to issuing the equipment? If no, explain. . Were instructions provided on the mechanical use of the equipment and a return demonstration observed? If no, explain. 2. PAYMENT AND/OR INVOICE SUBMISSION: For DVA credit card purchases, the Delivery Checklist and a copy of the Prosthetic Authorization will be forwarded to PSAS; the bank authorization number shall be written on the Prosthetic Authorization in the space provided, or a copy of the credit card sales slip showing the bank authorization number may be attached. Each authorization must be billed separately. Paperwork for credit card authorizations will be submitted within seven (7) days of completion of services. For any non-credit card purchases, an original invoice will be submitted along with a copy of the Delivery Checklist and one copy of the Prosthetic Authorization which initiated the order, if applicable. The invoice will include the name and last four digits of the Social Security number of the veteran (where applicable), the name and quantity of items furnished including serial numbers (where applicable) or a description of services rendered, the Prosthetic Authorization Number assigned to that particular order and the DVA Contract Number. Each authorization must be invoiced separately. Invoices will be submitted within thirty (30) days of completion of services. 3. STORAGE AND/OR INSPECTION OF GOVERNMENT-OWNED EQUIPMENT: Government-owned equipment shall be kept segregated from Contractor-owned equipment and will be tagged as such, numbered for inventory purposes and will include the name and last four digits of the Social Security number of the beneficiary from whom such equipment was picked-up (if applicable). This may include drop-shipments of Government-owned equipment procured from other sources. For example, hospital beds purchased from Federal Supply Schedule contracts or wheelchairs donated from other DVA facilities. A current, running inventory of such equipment will be kept at all times, showing from whom the equipment was picked-up (if applicable) and to whom equipment was subsequently delivered (if applicable). A copy of said inventory will be provided to the Chief, PSAS each week. Government-owned inventory will be regularly inspected and verified by the Chief, PSAS or his designee at the Contractor's storage facility. The current inventory listing will also be made available to the DVA for inspection at that time. Contractor will normally be notified in advance of such inspections; however, inspections may be made at any time at the discretion of the DVA. The Contractor will be notified in advance should a veteran or caregiver pick-up Government-owned equipment in person. There will be no charge incurred for such a pick-up. 4. TIME FRAME FOR DELIVERY OF SERVICES: Contractor agrees that when notified by the Chief, PSAS or his designee to pick-up or deliver an item, it will be done within three (3) workdays for Pinellas County addresses and five (5) workdays for destinations outside Pinellas County or within twenty-four (24) hours when such emergency expedited service is so specified. 5. PROOF OF DELIVERY: The Contractor will be responsible for informing the veteran or caregiver when a delivery or pick-up is scheduled. The Government assumes no liability for additional trips required if no one is home when delivery or pick-up is attempted. Contractor will be required to provide proof of delivery. Proof of delivery shall be one of the following: a. Receipt or Delivery Checklist signed and dated by the veteran/caregiver. b. Signed & dated certification by Contractor that USPS, UPS, FEDEX or other delivery service was utilized. 6. REPAIR OF GOVERNMENT-OWNED EQUIPMENT: Contractor will, when requested, repair Government-owned equipment. Contractor will submit a repair quotation within five (5) workdays of such a request from the Chief, PSAS or his designee. All repair quotations will include "tag" or inventory number, serial number if applicable, the name and the last four digits of the Social Security number of the beneficiary from whom such equipment was picked-up and an itemized listing of needed repairs to include parts and labor. No repairs will be done without prior approval from the Chief, PSAS or his designee. If deemed economically feasible by the DVA to repair such equipment, an authorization will be forwarded to the Contractor. If deemed unfeasible to repair, the Contractor will be advised to list the equipment as "scrap" and to process it under the provisions of Section 10b below. 7. INFECTION CONTROL: The Contractor will comply with all JCAHO criteria regarding infection control procedures and the management of home medical equipment to include the maintenance of applicable files, employee records, etc. The Contractor shall document, investigate and report to the PSAS any known incidents of infections among Contractor employees or veteran patients related to furnished home medical equipment within 72 hours of the Contractor's knowledge of such incidents. 8. EQUIPMENT & SAFETY MANAGEMENT: The Contractor will comply with all JCAHO criteria regarding equipment and safety management of home medical equipment to include the maintenance of applicable files, employee records, etc. The Contractor will have an emergency preparedness plan designed to provide continuing support appropriate to the services provided in the event of an emergency that would result in interruption of patient services. Any accidents or injuries related to equipment and safety management will be investigated by the Contractor. Equipment malfunctions resulting in serious injury or death will be reported to the manufacturer and the PSAS within 72 hours of the Contractor's knowledge of said event(s). The Contractor will promptly notify the PSAS of any hazards, defects or recalls by the manufacturer for any equipment purchased from the Contractor. 9. PERFORMANCE IMPROVEMENT ACITIVITIES: The Contractor will comply with all JCAHO criteria regarding performance improvement activities. During the aforementioned scheduled inspections, the Contractor and the Chief, PSAS or his designee shall address this issue and the Contractor shall provide copies of any applicable performance improvement results. 10: MISCELLANEOUS TERMS: a. FACILITY REQUIREMENTS: The Contractor will be required to provide an adequate repair and storage area for Government-owned equipment. In order to prevent accidental damage and facilitate required inspections and beneficiary pick-ups, the storage area shall be well lit with equipment stored in an orderly fashion and shall be located within 25 miles of the Bay Pines DVA Medical Center. This facility shall be accessible to the DVA Contracting Officer or his designee or patients/caregivers between the hours of 8:30am-4:00pm Monday thru Friday excluding Government holidays. Inspections and pick-ups will be coordinated between the Contractor and the Chief, PSAS or his designee. This facility shall be wheelchair accessible. b. "SCRAP" ITEMS: All items determined by the DVA to be economically unfeasible to repair or non-issuable for any reason will be delivered to the DVA by the Contractor at no charge to the Government. Such deliveries will be coordinated thru the Chief, PSAS or his designee and will be made only after approval from the DVA Contracting Officer or his designee. Unscheduled deliveries will not be accepted. Authorized deliveries will be made to the DVA Medical Center, Bay Pines FL 33504 on such days and times as authorized. Contractor will be advised by the Contracting Officer or his designee as to the exact location on station for such deliveries. c. HOSPITAL BED MATTRESSES: Recovered standard hospital bed mattresses will be disposed of at no cost to the Government according to the Contractor's normal procedures. No recovered standard mattresses will be re-issued to any VA beneficiary. The disposition of any specialty Group 2 or higher mattress (i.e., low air loss, lateral rotation, etc.) will usually be handled by the original provider. However, in the event the Contractor is requested to pick-up this type of mattress, instructions will be provided on an individual basis as by the Chief, PSAS or his designee. d. CHANGE OF CONTRACTORS: When there is a change in Contractors, it is the responsibility of the new Contractor to pick-up all Government-owned equipment and other related supplies from the previous Contractor at no cost to the Government. These items will be stored in accordance with the provisions of Section 3 above. Said transfer of equipment shall be completed within five (5) workdays of contract implementation. All qualified offerors/firms who believe they can satisfy the solicitation requirements are invited and encouraged to provide their quotes. The Government anticipates award of a commercial item contract to the responsible offeror whose offer provides the best value to the Government. FOB is destination and the delivery date will be 15 days after award. The RFQ number VA-248-07-RP-0090 shall be clearly identified on all submitted materials. The following provisions apply to this acquisition: 52.212-1 Instruction to Offerors; 52.212-2 Evaluation of Commercial Items. The specific evaluation criteria included in paragraph (a) are: 1) price 2) technical capability 3) past performance - Past performance and technical capability when combined are equal in importance to price. To be technically acceptable, the item shall meet the Government's specifications. Past performance will be evaluated to ensure satisfactory business practices and timely performance. All Offerors shall include a completed copy of 52.212-3 Offeror Representations and Certifications - Commercial Items. The following clauses also apply to this acquisition: 52.212-4 Contract Terms and Conditions. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, Fac 2005-14, Effective 22 Nov 2006 & Class Deviation 2005-o0001. Clauses and provisions can be accessed at http://www.acquisition.gov/far/. Quotations must be submitted to the address listed herein, directed to the attention of Felipe Dones-Cardona (90C). Quotes are due by June 28, 2007, no later than 3:00pm, local time in building 22, room 411 of the Bay Pines VA Healthcare System, 10000 Bay Pines Blvd., Bay Pines, FL 33744. Faxed offers will not be accepted. All questions must be submitted in writing addressed to the Contracting Officer.
 
Place of Performance
Address: 10000 BAY PINES BLVD;BLDG 22 ROOM 411;BAY PINES, FL
Zip Code: 33744
Country: USA
 
Record
SN01318855-W 20070616/070614220816 (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.