Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2008 FBO #2537
SOURCES SOUGHT

Q -- Comprehensive Sleep Program-staffing Chief Technologist 1.0 FTEE -consultant Sleep Technicians - up to 2.0 FTEE

Notice Date
11/4/2008
 
Notice Type
Sources Sought
 
NAICS
621498 — All Other Outpatient Care Centers
 
Contracting Office
Department of Veterans Affairs, Bronx VAMC (NAL), Department of Veterans Affairs, VISN 3;Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road 10N3-NAL/3;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA-243-09-RP-0035
 
Response Due
11/19/2008
 
Archive Date
1/18/2009
 
Point of Contact
Marla JacobsonMarla.Jacobson2@va.gov<br />
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. The purpose of thisannouncement is to conduct market research, to make appropriate acquisition decisions, and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small businesses interested and capable of performing the work. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your firm possesses the necessary functional area expertise and experience to compete for this acquisition. Veterans Integrated Service Network (VISN): 3, is seeking sources to provide the consultative services for the comprehensive sleep program to ensure its eligibility for American Academy of Sleep Medicine (AASM) accreditation, as well as the appropriate complement of technical staff to fully support the sleep lab. The North American Classification System (NAICS) code for this acquisition is 621498 ($10.0 million). The Governments intent is to solicit a Firm Fixed Price, Best Value Procurement. It is anticipated that the contract will begin April 1, 2009 and be let for one base period with up to four one-year options. The physical place of performance will be primarily at the Brooklyn VA campus with some work at the Manhattan VA campus of the New York Harbor Healthcare System. The Vendor's candidates must have the qualifications outlined within the description below. Please submit the following information by email to Marla.Jacobson2@va.gov no later than November 19, 2008 at 3:00p.m (EST). (1)Capability Statement (2)Point of contact at your firm, DUNS number and type/size of business (3)Resumes of the personnel who you propose will provide the services; (4)A list of your last three relevant contracts with a point of contact for each. Please note that these contacts will be contacted and used as a reference to determine your firm's capability for the acquisition. This sources sought announcement is neither a solicitation announcement nor a request for proposals or quotes. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Any inquiries regarding this notice are to be made in writing by email to Marla.Jacobson2@va.gov. Description: The anticipated requirement includes the responsibility for AASM accreditation from start to finish, including: the application process, compilation of necessary data, and response to all feedback and requests to ensure accreditation. The development and operation of an AASM-accredited, Joint Commission compliant, comprehensive sleep program will be the responsibility of the contractor. Additional responsibilities include advisement and coordination with regard to operations, policy and procedures, patient care coordination and scheduling, staffing levels and mix, equipment selection, space and other resources. The comprehensive sleep program will offer a full continuum of care for sleep disorders including medical consultation and management, sleep diagnostics and treatment options. The lab shall provide diagnostic polysomnogram, split night studies, Multiple Sleep Latency Test and Maintenance of Wakefulness Testing, and Positive Airway Pressure Titration studies including: CPAP, Bi-level PAP and Adaptive Servo ventilation titration studies. Overnight sleep studies and day studies shall be available to patients as demand warrants. The diagnostic services component of the sleep program will be located on the Brooklyn Campus; construction of a four-bed sleep lab is planned. Two sleep clinic locations will be established, one at the Manhattan campus and one at the Brooklyn campus. CPAP clinics will be co-located with each of the sleep clinic sites. The contract personnel anticipated for the procurement are: 1) Chief Technologist: 1.0 FTEE. This individual will be responsible for ensuring adequate functioning of the sleep lab. The Chief Technologist must be able to be credentialed and privileged by the VA and have an unrestricted license in the state of New York. The individual will work for and under the supervision of the contractor. He/she will be responsible for the following: "pre-score sleep studies "Coordinate with VA NYHHS Biomedical Service to maintain sleep lab equipment and consult with equipment vendors if equipment failures arise "Coordinate with VA NYHHS Biomedical Service to maintain portable sleep apnea equipment and actigraphic equipment "troubleshoot overnight sleep study questions by overnight techs "conduct daytime sleep studies "train sleep technologists "schedule overnight sleep techs 2) Sleep Technicians: 2.0 FTEE (which may be adjusted downward or upward depending upon the VA's needs.) Technician staffing must be adequate to address the workload of the sleep program with maximum patient to technician ratio at 2:1. The Contractor will be responsible for scheduling and maintaining an adequate number of technicians on a daily/nightly basis. Technicians work for and under the supervision of the contractor. The Technicians must have the qualifications and meet the requirements of the AASM and be licensed in the state of New York. They must be able to be credentialed and privileged by the VA.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=89825eb4284c33f05c3a7cfd2e01fee6&tab=core&_cview=1)
 
Place of Performance
Address: New York Harbor Healthcare System;Brooklyn Campus;800 Poly Place;Brooklyn, NY<br />
Zip Code: 12511-0100<br />
 
Record
SN01700242-W 20081106/081104214539-89825eb4284c33f05c3a7cfd2e01fee6 (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.