Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2010 FBO #3045
SOLICITATION NOTICE

Q -- Community Based Dialysis Services Basic Ordering Agreement

Notice Date
3/25/2010
 
Notice Type
Presolicitation
 
NAICS
621492 — Kidney Dialysis Centers
 
Contracting Office
Department of Veterans Affairs;VA Denver Acquisition & Logistics Center;(001AL-A2-4D);155 Van Gordon St;Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
VA-791-10-RQ-0003
 
Response Due
2/22/2010
 
Archive Date
6/23/2010
 
Point of Contact
Gabrielle Harrisnonvadialysis@va.gov
 
E-Mail Address
Contract Specialist
(nonvadialysis@va.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A PRE-SOLICITATION ANNOUNCEMENT TO RAISE AWARENESS FOR POTENTIAL OFFERORS. Please reference Request for Quotation (RFQ) Number VA-791-10-RQ-0003. The Department of Veterans Affairs, Denver Acquisition and Logistic Center (DALC), 155 Van Gordon Street, Lakewood, CO 80228, intends to solicit for quotations from qualified and experienced community dialysis providers through full and open competition. The intent of this RFQ is to execute multiple Basic Ordering Agreements (BOAs) throughout multiple geographic areas, as listed at the end of this announcement. Community providers must be Medicare certified, capable providing, delivering, supervising, and monitoring dialysis services. Community providers or their representative may offer to provide the following services: outpatient hemodialysis, outpatient peritoneal dialysis, home dialysis to include peritoneal dialysis and home hemodialysis, and home dialysis training beneficiaries. Outpatient dialysis and home dialysis training will be delivered at the community providers facilities. Home and outpatient based dialysis services will utilize the community provider's resources, staff, and equipment necessary or required for peritoneal dialysis and home hemodialysis. The offeror will provide the services and associated health care in a manner consistent with the clinical needs of the patient and extend the same or superior standards of quality care as delivered to non VA patients. The community provider's personnel rendering services will be certified, licensed, board certified, or board eligible as appropriate for the region of care. Services will be provided in a medically acceptable setting and employ medically safe practices. The RFQ and subsequent agreements will not include professional nephrology services. All billings will be in Medicare compliant format. All treatment modalities must be in accordance with the Medicare treatment guidelines. Offerors will be responsible for internal and subcontractor's Quality Assurance and ongoing Continuous Quality Improvement measures. Offerors must safe-guard the VA patient's information in accordance to the VA, Privacy Act, and HIPAA requirements. The government intends to execute multiple BOAs with four 1 year renewal periods. BOA's are negotiated instruments of understanding that put in place terms and conditions for future orders. Orders will be placed by the VA Medical Center via an authorization to a offeror based on the proximity to the Veterans place of residence, the Veterans preference, the lowest per treatment price, and/or per clinical direction of the VA patient's physician or treatment provider (this include VA social workers). The VA intends to give priority to BOA holding providers where available when determining via which mechanism to place an authorization for care (i.e. BOA holding providers or Fee Basis Care), when it makes business sense to do so. Offerors will be held to the terms and conditions of the BOA upon acceptance of an authorization, (which becomes a binding task order). By signing the RFQ offerors are attesting that they are Medicare certified, that all facilities are maintained in accordance with Medicare standards, and meet the terms and conditions set forth in the RFQ. An abbreviated technical proposal may be required to validate offeror qualifications. Offerors will offer a firm all inclusive per treatment price for dialysis services. Subject procurement adheres to the format defined in FAR 12 and will be conducted using the procedures of FAR Part 12, Acquisition of Commercial Items in conjunction with FAR Part 15 to the extent required for Basic Ordering Agreements. These services are being procured under the authority of Title 38 U.S.C. Section 8153, Sharing of Heath Care Resources. The North American Classification Code is 621492, Dialysis Centers and Clinics. The Small Business Size Standard is $34,500,000.00. This acquisition will be conducted as a "full and open" competition for any and all qualified, experienced, and knowledgeable business entity(s) who can meet the requirements and whose pricing is considered reasonable. Agreements will be executed with the offeror(s) whose price is within reasonable range of Medicare's reimbursement for the services offered and meet the technical requirements in the locations where services are needed. Solicitation documents will be available electronically on or about April 8, 2010 through the FedBizOpps website at http://www.fedbizopps.gov. NO HARD COPIES OF THIS SOLICITATION WILL BE ISSUED. The anticipated closing date is April 28, 2010. Agreements will be executed utilizing a staggered award approach. The Contracting Officer for this acquisition is Gabrielle Harris. Offerors interested in responding to this solicitation should provide their email addresses and contact information to nonvadialysis@va.gov. Respondents will receive updates and have the ability to participate in a web based pre-proposal conference. Upon review of the solicitation documents, prospective offerors are encouraged to provide questions and/or comments in writing, but questions will not be accepted until the solicitation has been released and interested parties have had an opportunity to review. All responses to questions, which may affect offers, will be incorporated into a written amendment to the solicitation and released via the Federal Business Opportunities System website (www.fedbizopps.gov). Any information received from other VA sources, prospective revisions to terms and conditions, or other possible revisions regarding this solicitation that are not incorporated into this final agreement, are not binding on the VA. Effective October 1, 2003, all contractors must be registered through the Central Contractor Registration (CCR) Website as an active contractor in order to be eligible to enter into a contract or BOA and to receive payments. Please be sure your firm is registered at: http://www.ccr.gov. Prospective contractors should complete electronic annual representations and certifications at https://orca.bpn.gov. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. THE VA DALC IS NOT SEEKING PRICING OR OFFERS OF ANY KIND AT THIS TIME. THE VA RESERVES THE RIGHT TO SOLICIT THESE ITEMS FROM LARGE OR SMALL BUSINESS ENTITIES, AS APPROPRIATE. Participating VISNs (subject to change): 1, 3, 4, 5, 7, 8, 10, 11, 12, 17, 19, 21 *Note there is overlap of states between some VISNs, not all locations in VISNs 5, 9, 10, 17, and 21 are participating, the solicitation will identify the specific areas included. VISN 1, New England Healthcare System: Maine, Vermont, New Hampshire, Massachusetts, Rhode Island, and Connecticut. VISN 3, NY/NJ Veterans Healthcare Network: New Jersey and New York. VISN 4: Delaware, Pennsylvania, and West Virginia. VISN 5, VA Capitol Health Care Network: Maryland, Pennsylvania, Virginia, West Virginia. VISN 7, VA Southeast Network: Alabama, Georgia, and South Carolina. VISN 8, Sunshine Healthcare Network: Florida and Georgia. VISN 9, Mountain Home only VISN 10, Healthcare System of Ohio: Ohio. VISN 11, Veterans in Partnership: Illinois, Indiana, and Michigan. VISN 12, VA Great Lakes Health Care System: Illinois, Indiana, and Wisconsin. VISN 17, Heart of Texas Health Care Network. VISN 19, VA Rocky Mountain Network: Colorado, Montana, Utah, and Wyoming. VISN 21, VA Sierra Pacific Network: California and Nevada.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VADDC791/VADDC791/VA-791-10-RQ-0003/listing.html)
 
Record
SN02102627-W 20100327/100325235033-025caffa935bbc851fba75e0e0b62b07 (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.