SOLICITATION NOTICE
Q -- Perfusionist Services
- Notice Date
- 8/15/2007
- Notice Type
- Solicitation Notice
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- Department of Veterans Affairs;Rocky Mountain Network;VISN 19 Contracting;4100 E. Mississippi Avenue, Suite 1110;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA-259-07-RP-0072
- Response Due
- 9/7/2007
- Archive Date
- 9/27/2007
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with subparts in the Federal Acquisition regulation 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. VA Rocky Mountain Network VISN 19 Contracting intends to negotiate a commercial item (FAR Part 12) contract to purchase, for Eastern Colorado Health Care System, Denver Facility, 1055 Clermont Street, Denver, CO 80220 Perfusionist services, disposal packs, and Therapeutic Apheresis services as follows. Offerors are to provide a proposal for one base year (dates to be negotiated with successful offeror) plus four one-year options. Offerors to show each year, base and options, as separate sections within their proposal, i.e., Base Year, Option Year 1, Option Year 2 and so on. PROFESSIONAL SERVICES, PERFUSION: CLIN 0001: Professional Services, Open-heart on or off bypass or standby procedures consisting of any combination of the following - Open-heart on bypass procedure which includes autotransfusion professional services and capital equipment (listed separately); Open-heart off bypass procedure which includes autotransfusion professional services and capital equipment (listed separately); and Open-heart standby professional services. Estimated procedures per year: 48 CLIN 0002: Percutaneous Transluminal Coronary Angioplasty (PTCA) Standby Professional Services. Estimated amount per year: 1 CLIN 0003: Autotransfusion Professional Services (ATS) independent of open-heart procedures: Estimated procedures per year: 1 CLIN 0004: Intra-Aortic Balloon Pump Set-up professional services during or independent of open-heart on or off bypass. Estimated procedures per year: 1 CLIN 0005: Intra-Aortic Balloon Pump Monitoring during or independent of open-heart on or off bypass. Estimated hours per year: 1 CLIN 0006: Ventricular Assist Device (VAD) or Extracorporeal Membrane Oxygenation (ECMO) Monitoring during or independent of open-heart on or off bypass. Estimated hours per year: 1 CLIN 0007: Abiomed (VAD) insertion professional services. Estimated procedures per year: 1 The quantities shown for all line items are estimates only and can vary substantially depending upon case load and frequency. Minimum and maximum quantities will be negotiated with the successful offeror. POINT OF CARE LABORATORY SERVICES (the estimated numbers for these services are not known but are not substantial): CLIN 0008: Activated Clotting Time CLIN 0009: Sodium Levels CLIN 0010: Potassium Levels CLIN 0011: Ionized Calcium Levels CLIN 0012: Arterial Blood Gases CLIN 0013: Hematocrit Levels All tests to be performed on VA provided I-Stat system with VA provided supplies. Offeror shall propose a per unit price for each laboratory test, if applicable. DISPOSABLE SUPPLIES/PACKS FOR EXTRACORPOREAL SERVICES: CLIN 0014: Open-Heart Disposable Supplies (pack) with the following contents: Oxygenator s/venous reservoir, 1 each; Cardioplegia System, 1 each; Arterial filter, 1 each; Custom pack and table pack, 1 each; Centrifugal pumphead, 1 each; Anticoagulation/aspiration assembly, 1 each; Bowl, 1 each; Cardiotomy Reservoir, 1 each; and bag transfer, 3 each. Estimated packs per year: 48 CLIN 0015: Autotransfusion Disposable Supplies (pack) with the following contents: Anticoagulation/Aspiration assembly, 1 each; Bowl, 1 each; and Cardiotomy Reservoir, 1 each. CLIN 0016: Platelet Rich Plasma Disposable Supplies (pack) with the following contents: Disposable kit, 1 each; Ratio dispenser kit, 1 each; and Applicator tip, 1 each. NOTE: Disposable packs are ordered separately and are kept in inventory at the VA Medical Center ready for use by the contracted perfusion staff. CAPITAL EQUIPMENT FOR EXTRACORPOREAL SERVICES: The following equipment is to be provided by the successful offeror and is to be incorporated into the unit costs of the services contract line items. (1) Blender, 2 each; (2) O2 Analyzer, 1 each; (3) Female Cap, 02 Analyzer, 1 each; (4) Concentrator Adapter, O2 Analyzer, 1 each; (5) SAT/HCT Monitor with Fiber Optic Probe, 2 each; (6) Centrifugal Pump System, 1 each; and (7) Platelet Separator Instrument, 1 each. OR, offeror shall provide a full listing of capital equipment they provide if different from this listing. PROFESSIONAL SERVICES, THERAPEUTIC APHERESIS: Line items 0017 through 0022 are performed approximately 12 times a year only. Offeror is to provide a per unit proposal for each line item. CLIN 0017: Therapeutic Plasma Exchange with Fresh Frozen Plasma CLIN 0018: Therapeutic Plasma Exchange with Albumin CLIN 0019: Therapeutic White Blood Cell Depletion CLIN 0020: Therapeutic Platelet Depletion CLIN 0021: Red Blood Cell Exchange or Reduction CLIN 0022: Peripheral Blood Stem Cell Collection NOTE: Successful offeror is to provide the following disposables for the performance of line items 0017 through 0022 as a part of their line item pricing: Blood cell separator tubing set, blood warmer tubing set, microaggregate blood filters (procedures with fresh frozen plasma), AV fistula needles (as needed in peripheral access), Anticoagulant ACD-A, Syringes, Hypodermic needles, Iodine swab sticks and alcohol swabs, Tab, Gauze pads (2X2 or 4X4, sterile and non-sterile) and normal saline, all as needed to perform the procedures. Successful offeror will also provide a complete treatment record. CAPITAL EQUIPMENT TO BE PROVIDED FOR THERAPEUTIC APHERESIS SERVICES (to be included in the pricing of the Apheresis services line items): Apheresis System, 1 each Blood Warmer, 1 each In addition to the contract line items shown above, offerors should include any additional charges they feel may be necessary during the course of performing these services. Offerors are to identify any additional proposed charges distinctly within their proposal as additional charges. If the offeror is proposing an alternate service to any of the above-listed line items, they are to also identify these as alternate items and clearly identify which items are being substituted. Clauses & Provisions. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. Contract clauses and provisions cited in this solicitation may be accessed electronically at these addresses: http://www.arnet.gov/far/ and http://www.va.gov/oamm/acquisitions/ars/policyreg/vaar/vaar852.htm Incorporated herein by reference are the following Federal Acquisition Regulation (FAR) Clauses: 52.212-4: Contract Terms and Conditions - Commercial Items (SEP 2005);] Addendum clauses to 52.212-4: 52.204-9 Personal Identity Verification of Contractor Personnel (NOV 2006); 52.216-18 Ordering (Oct 1995)*; 52.216-19 Order Limitations (Oct 1995)*; 52.216-22 Indefinite Quantity (Oct 1995)*; 52.217-8 Option to Extend Services (Nov 1999) (60 days advance notice); 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (60 days advance notice with 30 days prior issuance of SF 30); 52.224-1 Privacy Act Notification (Apr 1984); 52.224-2 Privacy Act (Apr 1984); 52.232-18 Availability of Funds (Apr 1984); 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) (September of each year); 852.203-71 Display of VA Hotline Poster (DEC 1992); VAAR 852.216-70 Estimated Quantities (Apr 1984); 852.237-7 Indemnification and Medical Insurance (OCT 1996) ($1 million per occurrence); 852.237-70 Contractor Responsibilities (APR 1984); 852.270-4 Commercial Advertising (NOV 1984); 852.271-70 Nondiscrimination In Services Provided Beneficiaries (APR 1984); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JUN 2007) [(b) (1), (7), (8 - Alternate I), (10), (12), (15), (16), (17), (18), (19), (20), (21), (22), (23), (25), (26), (28) and (34). *The dates and maximum/minimum quantities will be negotiable items. Incorporated herein by reference are the following Federal Acquisition Regulation (FAR) and Veterans Administration Acquisition Regulations (VAAR) Provisions: 52.212-1 Instructions to Offerors - Commercial Items (JAN 2006) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS 1. Paragraph "e" and "h" of the standard provision are hereby deleted. 2. Paragraph "(b) Submission of Offers" incorporates the following submission requirements. A. GENERAL: (1) Proposal Submittal: Offeror must submit separate proposal/s in two parts: A technical offer and a cost/price offer, one of each. (2) The cost proposal must be submitted under separate cover from the technical proposal, and must be submitted electronically. The preferred method of submission is for proposals to be in Adobe format and e-mailed to the Contracting Officer. (3) The technical proposal should be typed and presented in the order of the evaluation factors. It shall not exceed 50 single pages (not back to back) in length, excluding any necessary curriculum vitae. Any technical offer that exceeds the 50 pages in length will not be considered. (4) The offeror's cover letter shall include name and address of the organization submitting the proposal, together with the names, addresses and telephone numbers of the contact person(s) who has the authority to bind and make representations for the organization, relative to the proposal and any resultant Contract. (5) All electronic attachments shall be clearly marked with the Request for Proposal (RFP) number at the upper left hand corner. Each attachment will be identified as TECHNICAL PROPOSAL or PRICE PROPOSAL to the right of the RFP number. Your proposal will become part of the official contract file. Your special attention is directed to the requirements for technical and price proposal to be submitted in accordance with these instructions. Any resultant contract shall include the general provision applicable to the selected offeror's organization and type of contract awarded. The Government will evaluate proposals in accordance with the evaluation factors set forth in The Addendum to FAR clause 52.212 2. (6) The VA will not pay any cost incurred in preparation and submission of proposals. B. TECHNICAL QUESTIONS: Offerors should submit all technical questions concerning this solicitation to the Contracting Officer in writing via e-mail as soon as possible after issuance of this RFP. All responses to questions, which may affect offers, will be incorporated into a written amendment to the solicitation. C. AWARD BASED ON INITIAL OFFERS: The Contracting Officer is interested in limiting discussions of offers. Accordingly, offerors are cautioned to submit their initial offers based on most favorable terms, price, technical and other factors. The government reserves the right to make an award based on initial proposals received, without discussions. D. TECHNICAL PROPOSAL: (1) In order that each offeror's proposal be properly evaluated, it is necessary that each offeror succinctly respond to all items in the same order as presented herein. Offers shall be organized with sections appropriately identified. Offerors are to propose how they intend to fulfill the requirements of this solicitation and how their total offer will meet the minimum needs of the specifications as set forth herein. The Technical Proposal will primarily determine the qualifications and capability of the offeror to furnish the services called for by the solicitation. It should be specific and complete in every detail. The proposal should be concise and provide sufficient information to demonstrate the offerors capacity to satisfactorily perform the tasks outlined. (2) Cover Letter: Attachment 1 shall be a maximum two page Cover Letter and introduction, and shall include the name and address of the organization submitting the proposal, together with the name, address and telephone number of the contact person who has the actual power to bid and make representatives relative to the proposal and any resultant contract, for the organization. (3) Table of Contents: Attachment 2 shall be a detailed Table of Contents and shall include an outline of the proposal, identified by a sequential page number and by section reference and section title. (4) Narrative response to Evaluation Factors: Attachment 3 shall include a detailed narrative response to each of the evaluation factors. The evaluation factors for this solicitation include seven (7) groups. Understanding the factors and the associated criteria indicate the excellence of the work offered and the ability of the offeror to actually accomplish what is offered. Proposals will be evaluated based upon factors and criteria set forth herein. Of the evaluation criteria to be utilized as a basis for award, the relative importance of each factor is shown in descending order of preference. (5) Evaluation Factors: The sub-factors (listed in The Addendum to FAR clause 52.212 2) are integrated in order to provide an overall evaluation. The evaluation factors for this solicitation include seven (7) groups: (1) Clinical Performance; (2) Experience, Competencies and Key Personnel; (3) Complaince with HIPPA, OSHA, Regulatory Practices, Company Policies and Procedures; (4) Past Performance; (5) Quality assurance; (6) Price; and (7) Utilization of Small and Small Disadvantaged Firms. Each sub-factor will be numerically scored. E. RESPONSIBILITY OF OFFERORS: Responsibility determinations will be made in accordance with FAR 9.1, Responsible Prospective Contractors. F. RATIONALE AND PRECISE CRITERIA: (1) This section is intended to explain the rationale and precise criteria by which proposals resulting from this Request for Proposal will be evaluated by the Government. Offerors shall prepare proposals based on these criteria in terms of content and organization in order to assist VA in determining the relative merit of proposals in relation to the requirements as defined in the Specifications/Description/ Statement of Work. NOTE: Offerors are advised they are not restricted in what is presented in their proposals as long as sufficient material(s) is provided to allow evaluation of specific elements or proposals as defined below. To ensure proper consideration and evaluation of your proposal, you are advised to fully outline your intent to meet or exceed the requirements. (2) Proposals will be evaluated in accordance with the requirements of Federal Acquisition Regulation (FAR) Part 15.304. (3) When all proposal evaluations (technical and price) are complete, the Contracting Officer will make the judgments required, all factors considered, in selection of the offeror who he/she considers having the ability to perform overall the contract in a manner most advantageous to the Government. G. FAR Clause 52.219-9 Small Business Subcontracting Plan is included as part of the initial proposal submission. Offerors certifying themselves as other than a SMALL BUSINESS CONCERN must submit with their initial offer the company's Small Business Subcontracting Plan. The small business subcontracting plan will not be evaluated by the technical evaluation board, but will be reviewed by the contracting officer for approval and acceptance of planned small business goals. Only one copy of your Subcontracting plan is required and shall be submitted to the Contracting Officer with your initial proposal. 3. Paragraph "(c) Period for acceptance of offers" the period for acceptance of offers which reads 30 days is hereby changed to read 60 days. 52.212-2 Evaluation-Commerical 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. The following factors shall be used to evaluate offers: TECHNICAL FACTORS (1 through 5) 1. Clinical Performance: a. Offeror to describe their company's ability to perform under the following conditions: (i) Provide 24 hour, 7 days a week, 365 days per year perfusionist coverage. (ii) Ability to respond to emergencies within 45 minutes. (iii) Ability to provide the necessary capital equipment and disposables as shown in the contract line items. (iv) Ability to manage inventory and maintain databases. (v) Ability to provide inservices to OR staff, SICU staff, and Nursing Service as needed. 2. Experience, Competencies and Key Personnel: a. Licensure, Certifications and Experience. Offeror shall provide the following: (i) Perfusion certificate (or certification eligible) and a current, valid CPR card for each individual proposed for performance. (ii) Certification that each individual proposed for performance is fluent in reading, writing and speaking English. (iii) Provide evidence of professional liability insurance for each individual proposed for performance. b. Compentencies. Offeror shall provide their process for clinical competency review of perfusionists, including documentation of reviedws. c. Essential qualifications of Perfusionists and offeror staff. Offeror shall provide the following for each individual proposed for this service: (i) Years within the health care environment. (ii) Experience with academic medical center. (iii) Experience working with resident physicians at all levels. (iv) Experience within the VA system. (v) Attendance of each proposal individual with documentation at Safe Healthcare course, or equivalent course, providing optimal teamwork, patient safety outcomes through communication. d. Corporate experience and qualifications. Offer shall provide the following relation to their company/corporate culture: (i) Philosophical alignment with the VA's healthcare mission and vision. (ii) Leadership with senior, experiences, on-site perfusionists. 3. Compliance With HIPPA/OSHA/Regulatory Practices, Company Policies and Procedures. Offer shall provide documentation and explanation concerning the following items: a. Standard Operating Procedures, or other documentation supporting compliance with HIPPA. b. Standard Operating Procedures, or other documentation supporting compliance with OSHA's requirements for blood-bourne pathogens. c. Offeror's program for providing additional compliance training annually for the purpose of updating staff on important changes regarding compliance requirements. d. Offeror's program for conducting internal monitoring and audits to measure and improve the effectiveness of compliance to required policies and procedures. e. Offeror needs to describe their company's written perfusion practice guidelines and describe whether they maintain written policies and procedure manuals. 4. Past Performance: Offerors will be evaluated on their ability to perform the contract successfully. a. Past performance evaluation will consider reliability of past performance information, source of information, and the relevance of information. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating. b. Provide at least three references whereby you have provided the same or similar services, of the magnitude described in this solicitation, to include company name, point of contact, telephone number, type of contract. 5. Quality Assurance: Describe offeror's quality assurance program. Describe offeror's continuous quality improvement program and the quality assurances currently in place by the offeror and address the following items: a. Describe the clinical outcome measures the offeror currently utilizes to measure their perfursion quality and effectiveness. b. Provide a sample of the quality assurance reports generated regarding clinical performance. c. Provide current certification by JCAHO for Health Care Staffing Services. d. Provide a description of compliance and regulatory staff employed by the offeror. COST/PRICING AND SOCIOECONOMIC FACTORS (6 through 7) 6. Cost - the lowest reasonable evaluated price in the pricing schedule will be given the maximum points available for cost evaluation purposes. All other will receive a percentage of the points available for evaluation based on the relationship of their cost to the lowest cost. 7. Utilization of Small and Small Disadvantaged Firms (SDB) - Describe the organization's extent of commitment to U.S. small, small disadvantaged business (SDB), HubZone and Service Disabled Veteran and Veteran owned small business concerns. Describe the complexity and variety of the work these concerns are to perform. Provide with the proposal, targets, expressed as dollars and percentages of total contract value, including joint venture partners and team members, and a total target for participation by subcontractors. Method of Award: (a) Award will be made on a firm fixed price and will be based on a scoring system recognizing all the factors as shown above. After receipt of proposals, a determination shall be made of which proposal is in the competitive range for the purpose of conducting written and/or oral discussions, if necessary. Offers should note that award may be made on the initial proposal. Award will be made to whose overall offer is the most advantageous to the Government, both technical and price being considered. Technical and past performance (factors 1 through 5), when combined, are significantly more important than cost/price and socioeconomic factors (factors 6 and 7). (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. 52.216-1 Type of Contract (Apr 84) (firm-fixed price); 52.217-5 Evaluation of Options (Jul 90); 52.219-24 Small Disadvantaged Business Participation Program-Targets (Oct 2000); 52.233-2 Service of Protest (AUG 1996): [Rocky Mountain Network VISN 19 Contracting, 4100 E. Mississippi Avenue, Suite 1110, Glendale, CO 80246]; VAAR 852.237-74 Award Without Exchanges (Jan 2003); VAAR 852.233-70 Protest Content (Jan 98); VAAR 852.233-71 Alternate Protest Procedure (Jan 1998); and 52.212-3 Offeror Representations and Certifications - Commercial Items (JUN 2006). Submit offers in electronic format to: Brenda.birks2@va.gov. Proposals are due by 4:00 p.m. Mountain time on September 7, 2007. Award of a firm-fixed price contract shall be made to the responsive, responsible offeror based on capability to meet the qualitative and timeliness (delivery) standards specified herein, at price most advantageous to the Government. Payment shall be made by electronic funds transfer (EFT). For implementing EFT payments, please contact your financial institution for assistance in completion of the Payment Information Form - SF 3881 for submission to the VA Finance Center in Austin, Texas upon contract award. Contact Brenda S. Birks at (303) 504-2693 regarding this solicitation.
- Place of Performance
- Address: VA Eastern Colorado Health Care System;Denver Facility;1055 Clermont Street;Denver, CO
- Zip Code: 80220
- Country: USA
- Zip Code: 80220
- Record
- SN01373402-W 20070817/070815220832 (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 |