Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2008 FBO #2455
SOLICITATION NOTICE

Q -- Pain Clinician

Notice Date
8/14/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Veterans Affairs, Lebanon VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Lebanon VA Medical Center, Room 147F;1700 South Lincoln Ave, Bldg 18;Lebanon PA 17042
 
ZIP Code
17042
 
Solicitation Number
VA-244-08-RP-0382
 
Response Due
9/4/2008
 
Archive Date
10/4/2008
 
Point of Contact
Hilbert CaesarContract Specialist<br />
 
Small Business Set-Aside
N/A
 
Description
1. Title: Pain Clinician 2. Solicitation Reference Number: VA-244-08-RP-0382 3. 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. Responses reflecting the best overall value and availability of the service as described are requested in the form of a written technical and price quotation. This solicitation is being issued as a request for proposal (RFP) and is an unrestricted procurement. The NAICS code is 621111. All responsible sources may submit a proposal that, if timely received, shall be considered by the agency. This order is placed subject to the availability of funds for the period 10/01/2008 through 09/30/2009. Questions in response to this solicitation are due Thursday, August 21, 2008 NLT 4:00 PM EST. The due date for the solicitation is Thursday September, 4, 2008 at 4:00 PM EST. Proposals shall be submitted electronically via email to at hilbert.caesar@va.gov or mail to Department of Veterans Affairs, Lebanon VA Medical Center, 1700 S. Lincoln Ave, Lebanon PA 17042. The solicitation title and reference number shall be included in the subject line of ALL correspondence. 4. Period of Performance: Base Year: 10/01/2008 thru 09/30/2009 Option Year: 10/01/2009 thru 09/30/2010 STATEMENT OF WORK Pain Clinic Services This contract to provide health care resources is granted pursuant to 38 U.S.C. 8153. The intent of this document is to establish a contract with the terms, conditions, provisions, and specifications governing the services to be provided by the contractor for the Lebanon Department of Veterans Affairs Medical Center (VAMC) located at 1700 S. Lincoln Avenue, Lebanon, PA. Contractor care shall cover the range of services normally provided in a similar civilian health care facility, in accordance with the specifications and requirements contained herein. Contractor should thoroughly review the specifications and become familiar with the areas of coverage in order to become fully aware of the scope of requirements. Failure to understand the contract requirements shall not relieve the Contractor from performing in accordance with the meaning and intent of the specifications. Costs not incorporated into the Contractor's price will NOT be reimbursed by the Government. Prior to providing services, the contractor will have employees comply with all mandatory education requirements stipulated by the Department of Veterans Affairs. New providers must complete 'New Provider Orientation'. Annual education will include, but is not limited to, VHA Privacy Policy, VHA Information Security Training (Cyber Security), and Ethics Training. All providers must have current ACLS (Advanced Cardiac Life Support) certification. The services provided by the contractor shall be performed within the VA policies and procedures, including but not limited to: informed consent, conscious sedation, utilization review, infection control and the use of barrier protection; and the regulations of the Medical Staff Bylaws and the Resident Supervision Handbook of the VA Medical Center. The contractor agrees to adhere to the timeliness standard for medical record completion and signature on all records/notes as indicated in the Medical Staff Bylaws. In the event of an unplanned clinic cancellation, the parties agree to make accommodations to see patients who were scheduled and cancelled but require to be seen by contractor's physician on a priority basis. In the event of an unplanned cancellation by the Contractor and the Contractor is unable to reschedule or accommodate the cancelled visits, the VAMC shall reduce its monthly payment to the contractor by the amount for the hours cancelled. For performance review purposes, the parties shall agree to establish a cancellation rate of 5% or less in one year per service. Rescheduled cancellations or the mutually agreed upon accommodation of cancellations shall not be counted as a cancellation. In the event that the cancellation standard is not met, the VAMC shall have the right to determine such failure as non-compliance and can use such non-compliance as grounds for termination of the service of the contract. Contractor and VAMC shall review the performance of the service within this contract on no less than a quarterly basis. The parties agree to collaboratively resolve any operational issues that are identified and presented to each other. In the event that VAMC determines that contractor is not meeting any of its obligations, the VAMC shall notify contractor in writing and identify any deficiencies and the contractor shall have 30 days to respond and cure the deficiencies. Physicians provided under this contract shall: a)have an unrestricted license in a US state, territory or US commonwealth; b)speak English proficiently; c)provide evidence of demonstrated current clinical competence to perform appropriate care; d)be a US citizen; e)have a professional degree and education applicable to medical staff members, e.g., MD, DO; f)provide evidence of current professional liability insurance; g)be board certified or board eligible within 3 years of fellowship/residency (prefer board certified); h)provide evidence of current privileges (if applicable); i)provide names of most current employer(s) and two peer reference contacts as identified in the Medical Center Bylaws; j)successfully complete the VAMC Lebanon's Credentialing and Privileging process Contractor agrees to provide Pain clinician(s), as qualified registered health care professionals to the VA Medical Center, 1700 S. Lincoln Avenue, Lebanon, PA 17042. Description of Services: I.Contractor will supply up to 0.4 FTE (full time equivalent) Pain provider to provide full pain clinic services from 8:00 am - 4:30 pm or until case(s) is/are completed. Rotation at VA will be limited to three (3) providers per contract term. Unless urgent, planned staffing absences will be coordinated at least 45 days in advance. II.Provider to perform the requirements herein described to include, but not limited to: Consultation on pain management assessments and development of treatment plans. Procedures may include epidural steroid injections, facet injections, trigger point injections, sacroiliac joint injections, or any other procedure deemed appropriate by practitioner. III.Services shall be performed on-site at the Department of Veterans Affairs (VA) Medical Center, Lebanon, Pennsylvania. IV.Administrative and Clinical Documentation: The pain practitioner shall perform the following with conjunction of II and III above: a.Dictate or keyboard for entry into the electronic medical record complaints, observations and findings, assessment and plan/recommendations in a clear and understandable manner at the end of each patient encounter. b.Electronically correct dictations, as necessary, before electronically authenticating within seven (7) calendar days of transcription. c.Electronically enter all orders, consultation referrals, and requests for x-rays and lab work using CPRS. d.Telephone significant positive reports, at the time identified, to the referring provider. e.Operative reports are submitted to CPRS and will include: pre-operative diagnosis, post-operative diagnosis, procedure, unusual findings, specimens removed, assistants (if any) and identify the surgeon. f.Informed Consent: Contract pain practitioner shall explain procedure and risks/benefits to the patient/guardian and obtain informed consent from patient/guardian in accordance with VAMC policies. Complete the progress note template in CPRS for documentation of informed consent discussion and electronically sign. g.Immediately before starting any procedure, the practitioner will accurately identify the patient and the procedure to be performed and document the verification process in the medical record. Contract practitioner will also complete an updated note regarding history and physical (templated note available). h.Encounter Forms: Properly complete the electronic VA encounter form on each patient seen; listing diagnosis for the visit and all procedures performed based on the current VA requirements along with identification of service-connection for treatment rendered. V.Contingent upon clinical privileges granted by the VAMC, the contract provider shall perform procedures requested. VI.Instrumentation and supplies: VA will supply appropriate instrumentation for all procedures and ancillary support staff commensurate with types of patients scheduled. Interested Offerors shall submit their offers to Hilbert E. Caesar at Department of Veterans Affairs, Lebanon VA Medical Center 1700 S. Lincoln Ave, Lebanon PA 17042 or via email at hilbert.caesar@va.gov Telephone requests will NOT be accepted.) 5. Instructions: In order to be considered responsive, the offeror's Technical Proposal must provide sufficient information to demonstrate the offeror's corporate capabilities and the approach that will be utilized to fulfill the requirements of the pain Clinician Services. Offers shall be submitted in two separate volumes as follows. Volume I, Technical Proposal shall be divided into two general areas as follows: (1) Understanding of the Requirement - Relative to the scope of work, the offeror shall provide a written narrative that demonstrates their understanding of the requirement. Offeror shall provide a detailed description of sequences of events that the organization will employ to ensure that prompt and efficient services will be provided. Included, shall be a detailed description of the quality assurance and customer service plan. The quality assurance plan must demonstrate that the offeror's plan effectively measures the accuracy, quality and reliability of the services to be provided; (2) Past Performance - The Offeror shall identify three (3) contracts/task orders with the Federal Government and/or commercial customers that demonstrate recent and relevant past performance. Recent is defined as within the last three years. Relevant is defined as work similar in magnitude of the services described in the Scope of Work. Include the following information: Project title, Description of the services, Contract number, Contract amount, Government Agency/Organization and Point of Contact, and phone number/email address. Each reference shall include information that evidences customer satisfaction with the services provided and demonstrate an offeror's compliance with a fulfillment of the requirements of previous contracts. The Government may also consider information obtained through other sources. Past performance information will be utilized to determine the quality of the contractor's past performance as it relates to the probability of success of the requirement. Volume II, Price Proposal - Offerors shall submit a Firm Fixed Price Proposal for the requirement. 6. Terms and Conditions: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. FAR 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The following clauses are included as an addendum to FAR 52.212-1: VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor. FAR 52.212-2, Evaluation--Commercial Items, applies to this acquisition. Paragraph (a) is supplemented to include the following evaluation criteria listed in descending order of importance: Understanding of the Requirement and Past Performance. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The following clauses are included as an addendum to FAR 52.212-4: FAR 52.217-8 Option to Extend Services (NOV 1999), VAAR 852.203-70 Commercial Advertising (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor; VAAR 852.237-70 Contractor Responsibilities (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of [PA]. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition of the additional FAR clauses cited in this clause, the following are applicable: 52.219.28 Post Award Small Business Program Representation (JUNE 2007), 52.222-3 Convict Labor (JUNE 2003), 52.222-19 Child Labor--Cooperation with Authorities and Remedies (AUG 2007), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998), 52.222-50 Combating Trafficking in Persons (AUG 2007), 52.225-3, 52.232-34 Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999), 52.233-1 Disputes, 52.233-2 Service Protest, 52.233-3 Protest after Award, 52.244-6 Subcontracts for Commercial Items. 7. Point(s) of Contact: Hilbert. E. Caesar, Contract Specialist, phone: 717-228-5959, fax: 717-228-5936, E-mail: hilbert.caesar@va.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ae50ced80f2d324418a1b86eddd63e4d&tab=core&_cview=1)
 
Place of Performance
Address: Department of Veterans Affairs;Lebanon VA Medical Center, Room 147F;1700 South Lincoln Ave, Bldg 18;Lebanon PA<br />
Zip Code: 17042<br />
 
Record
SN01640249-W 20080816/080814222348-ae50ced80f2d324418a1b86eddd63e4d (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.