SOLICITATION NOTICE
X -- Off Site Sleep Lab Rooms
- Notice Date
- 12/9/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Veterans Affairs;James A. Haley Veterans Hospital (90C);13000 Bruce B. Downs Blvd;Tampa FL 33612
- ZIP Code
- 33612
- Solicitation Number
- VA-248-10-RQ-0135
- Response Due
- 12/18/2009
- Archive Date
- 1/17/2010
- Point of Contact
- Candace RennContract Specialist
- E-Mail Address
-
Contract Specialist
(candace.renn@va.gov)
- Small Business Set-Aside
- N/A
- Description
- PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared under FAR Part 13 Simplified Acquisition Procedures, and in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this request. This announcement constitutes the only solicitation for VA-248-10-RQ-0135. This notice and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-37. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This requirement is Open Market. The North American Industry Classification Systems (NAICS) code is 721110, and the size standard is $7M. DESCRIPTION/SPECIFICAT1ONS/WORK STATEMENT Contracted Sleep Lab Rooms GENERAL: The James A. Haley Veterans Hospital (VAH), 13000 Bruce B. Downs Blvd, Tampa FL has a requirement to expand the Sleep Disorders Center Laboratory to evaluate patients with sleep disorders as referred by VA Medical Center staff. Due to limited facilities this requirement is being contracted to the immediate local lodging area on a trial basis estimated at one year with two options. The start date is dependent upon the following criteria being met: a- Hiring process is complete for sleep technologists and program support assistant. b- Polysomnograph equipment is purchased and installed. 1. ROOM REQUIREMENTS: Block of five contiguous non-smoking rooms conveniently located in a quiet section of contracted facility. Rooms shall be away from stairways, any elevators and any other noise source. One room will serve as a tech monitoring and control room. Once program is initiated these five rooms will be contracted 365 days per year. (a) Control Room: The control room will also serve as a storage unit for CPAP (Continuous Positive Airway Pressure) related equipment, polysomnographic supplies and ancillary equipment. For this purpose, contractor will remove beds and furniture from the control room as deemed necessary to accommodate VA provided shelves and desks for supplies, computers and ancillary equipment. VAH reserves the right to maintain the only key other than management to guard the supply room area of the control room. The control room will be cleaned upon request while VAH staff is present. (b) Surveillance equipment: The government reserves the right to install surveillance equipment in the control room in order to protect VAH property and patient private data. (c) Modification: Each testing room will be upgraded to accommodate polysomnographic equipment at bedside. Minor structural modifications may be necessary in order to install audio/video devices and low voltage communication cables not to exceed 300 feet per manufacturers specifications. VAH will return each testing and monitoring room to its original physical status once equipment is removed from the premises or the end of the contract whichever occurs first. (d) VAH reserves the right to have a ceiling/wall microphone and camera with infrared light provided and installed by third party sleep system company contracted by VAH in each contracted room. 2. Entry to Rooms: Contractor staff will refrain from entering any VAH contracted room from 8:00p.m. to 8:00 a.m. unless room service is requested by VAH staff. 3. Phone Calls: Contractor staff will refrain from transferring phone calls to any of the test rooms between 8:00p.m.to 8:00 a.m. 4. Additional Room Requirements: In addition to the customary amenities commercially available such as housekeeping, linen change, toiletries, maintenance, accessible parking etc. each testing room shall have: 1-A TV/DVD set for local programming and for sleep related educational media. 2-A chair or recliner. 3-Bedside stands at each side of the bed. 4-Coordinated wall art, draperies and bedding sets and carpeting. 5-Thermostat or temperature control. 6-Queen/King sized bed (approx. 78 x 60 min). 7-For daytime testing, window blinds and shades designed to block all light (blackout blinds). 8-Nearby restroom with shower. The restroom must be minimally furnished; at least one test room should be Americans with Disabilities Act (ADA) compliant. A toilet, a sink, hand soap, towels, wall mounted mirror, ceiling/wall light, ceiling/wall vent and an electrical outlet. 9-A closet or matching armoire where patient can hang clothes and may also serve as storage for extra blankets and pillows. 10-Lighting controls located inside each bedroom. Ceiling/wall lights should illuminate the entire room. A reading light or lamp located at bedside should be within reach. A plug in nightlight should also be available. 11-A small refrigerator, microwave and lounge table should be located in a common area outside the bedroom. 12-Minimum of 3 grounded outlets in every room meeting state and local laws. This will minimize AC electrical interference on the polysomnograph. 13-Waste receptacles 14-Daily Housekeeping 5. GENERAL (a) ARRIVAL/DEPARTURES: At least one sleep technologist will be present any time a VAH patient arrives to their scheduled appointment. Under no circumstance shall contractor grant access to VAH patients to any testing room or control room. Sleep technician on duty will direct patients to testing rooms upon their arrival and assist patients during departure after test is completed. (b) SUPERVISION: All VAH Sleep Disorder Center Laboratory rooms will be under supervision of a Registered Polysomnogrphic Technologist (R.PSGT) during the appointment time and during the course of the sleep study. (c) INCIDENTAL CHARGES: Any incidental purchase or room service charge made by the patient while in the contracted facility will be at the patients expense and charged directly to the patient making the purchase and not the VAH. 6. ORDERING AND SHEDULING OF SLEEP STUDIES (a) VAH clerical personnel will schedule studies. Program support assistant will notify contractor when patients are scheduled for sleep studies in contracted rooms by 3pm one day prior to arrival. (b) VAH program support assistant will direct patient to report to Sleep Disorder Center location at the scheduled appointment time. Program support assistant will reserve a testing room for any VAH patient requiring a sleep study within 30 days from physicians orders. 7. EMERGENCY PROCEDURES Emergencies will be handled by sleep technologists currently certified by the American Heart Association on BLS and/or ACLS and by dialing 911 from the nearest telephone. Sleep technologists will shut off oxygen concentrators when not in use. Smoking is not permitted at anytime by VAH or contactor staff. 8-INVOICING Submitted monthly in the arrears to the VA Payment Center Austin TX for a fixed flat rate per room. Commercial items FAR provisions and clauses 52.212-1 Instructions to Offerors-Commercial Items, Addendum: 52.233-2 Service of Protest; 852.233-70 Protest Content; 852.233-71 Alternative protest 52.212-2 Evaluation Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions and Addendum: 52.217-8 Option to Extend Services (15 days); 52.217-9 Option to Extend the Term of the Contract (30) (60) and (2) respectively; 52.224-1 and 52.224-2 Privacy Act; 52.232-18 Availability of Funds; 852.270-1 Representatives of Contracting Officers; 852.70-4 Commercial Advertising Commercial Items, and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, including clauses incorporated by reference under Section b, (1),(10),(17-19) (21-22),(24) (26), (31) (34) and (40) apply to this solicitation. 52.252-2 Clauses incorporated by Reference (Feb 1998) Commercial Items, apply to this solicitation, and may be found at http://acquisition.gov/comp/far/ Note: Far 52.212-1 and Far 52.212-4 are incorporated into this announcement by reference. Offerors must be registered in Central Contractor Registration (CCR) data base located at http://www.ccr.gov. Offerors must submit with their quotes, a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or have completed them at https://orca.bpn.gov/. ****RFQ ELECTRONIC SUBMISSIONS: ALL interested parties may submit a quote which will be considered by this agency. All interested parties must provide three submissions by the RFQ due date: Technical Document(s), Past Performance Form, and Price Quote Worksheet in response to this RFQ solicitation. Interested Parties who fail to complete and submit the requirements below may be considered non-responsive. LATE SUBMISSIONS WILL NOT BE ACCEPTED. RFQ Reference # VA-248-10-RQ-0135 ****TECHNICAL: Submit capabilities to provide sleep lab rooms in accordance with SOW information specifically addressing location, ADA accessibility, room requirements and limitations. Limit 10 pages. ****PAST PERFORMANCE: Interested parties shall submit no more than three Past Performance references using the Governments Past Performance Form. The information provided must demonstrate both recent and relevant past performance. Recent is defined as within the last three years. Relevant is defined as work similar in complexity and magnitude of the work described in the SOW. The Government may also consider information obtained through other sources. Past performance information will be utilized to determine the quality of the contractors past performance as it relates to the probability of success of the required effort. All Past Performance information shall be submitted using the Governments Past Performance Form which must be requested and submitted via email to Candace.Renn@va.gov ****PRICE QUOTES: Interested Parties shall submit pricing to Candace.Renn@va.gov, (813-972-7541) BASE YEAR: FEBRUARY 1, 2010 THROUGH JANUARY 31, 2011 LINE ITEMDESCRIPTION QTYUNITUNIT PRICE TOTAL COST 0001Sleep Lab Accommodations (5 rooms X 365 days) 1825EA$ $ OPTION YEAR ONE: FEBRUARY 1, 2011 THROUGH JANUARY 31, 2012 LINE ITEMDESCRIPTION QTYUNIT PRICE TOTAL COST 0002Sleep Lab Accommodations (5 rooms X 365 days) 1825EA$ $ OPTION YEAR TWO: FEBRUARY 1, 2012 THROUGH JANUARY 31, 2013 LINE ITEMDESCRIPTION QTYUNIT PRICE TOTAL COST 0003Sleep Lab Accommodations (5 rooms X 365 days) 1825EA$ $ TOTAL AGGREGATE COST BASE YEAR + 2 OPTION YEARS:$________________ ****QUOTE EVALUATION and CONTRACT AWARD: The Government will award a contract resulting from this solicitation to the responsible party whose quote conforming to this RFQ solicitation will be most advantageous to the Government, price and other non-price factors considered. The following factors shall be used to evaluate quotes: TECHNICAL, PAST PERFORMANCE, PRICE. The Contractors technical capability and relevant past performance when combined, are more important than price for the purposes of quote evaluation. The Government is more concerned with obtaining superior technical capability and superior past performance, than in making an award to the firm with the lowest overall price to the Government. The Government intends to make a single award for the entire requirement as written in the SOW. If options: The Government will evaluate quotes 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). ****TYPE of CONTRACT: Firm Fixed Price ****PERIOD of PERFORMANCE: One year from contract start with 2 option years ****PLACE of PERFORMANCE: James A. Haley VA Hospital, Tampa FL ****DELIVERY AND ACCEPTANCE: FOB Destination ****Estimated Start Date: February 1, 2010 ****RFQ QUESTIONS: All inquiries must be via email, and all questions and responses will be posted to the FEDBIZOPS website as an amendment to this original announcement. Questions concerning this solicitation MUST be submitted no later than December 14, 2009, 9:00 am Eastern Standard Time (EST). ****RFQ DUE DATE: Responses to this RFQ, technical, past performance and price, shall be via electronic submission to Candace.Renn@va.gov on or before Dec 18, 2009 at 3:00 pm EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA-248-10-RQ-0135/listing.html)
- Record
- SN02019978-W 20091211/091209234721-3d9280d5a2419ac34220c812c6c21995 (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 |