Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2011 FBO #3679
DOCUMENT

Q -- INTERIM HEMODIALYSIS SERVICES FOR WHITE RIVER JUNCTION VAMC - Attachment

Notice Date
12/19/2011
 
Notice Type
Attachment
 
NAICS
621492 — Kidney Dialysis Centers
 
Contracting Office
Department of Veterans Affairs;VAMC WHITE RIVER JUNCTION;215 NORTH MAIN STREET;WHITE RIVER JUNCTION VT 05009
 
ZIP Code
05009
 
Solicitation Number
VA24112Q0237
 
Response Due
12/22/2011
 
Archive Date
12/24/2011
 
Point of Contact
KRISTENE ROWLAND
 
E-Mail Address
9-5709<br
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: VA241-12-Q-0237 Notice Type: Combined Synopsis/Solicitation Synopsis: (i) 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. (ii) The solicitation number is VA241-12-Q-0237 and is issued as an RFQ. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, May 31, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) VISN 1 Contracting Activity intends to negotiate a sole source contract under the authority of FAR Part 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements, to the vendor Fresenius USA, Inc. In accordance with FAR 6.305, the Justification will be posted to FBO within 14 days following the award. However, all other responsible sources that feel they can provide this item may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The North American Industry Classification System (NAICS) code is 621492, and the size standard is $34.5 million dollars. (v) This requirement consists of the following services, according to the terms below: An outside dialysis service provider is needed to provide acute hemodialysis treatments to VA patients, as requested, at the Veterans Affairs Medical Center (VAMC), White River Junction, Vermont. VAMC WRJ will provide physician oversight services and retain ultimate authority over and responsibility for each patient's care and treatment. (vi) The following STATEMENT OF WORK is a detailed description of the requirements for this solicitation: The period of the lease shall be from the date of award, January 1, 2012 to June 30, 2012. "Provider shall provide all supervision, personnel, equipment and transportation of provider's personnel and equipment to perform hemodialysis treatments at the VAMC WRJ. "Services shall be provided during an agreed upon schedule during normal business hours (as defined) for each patient identified by the VAMC. In the event of a serious patient emergency during normal business hours on a day or time when the provider is not on site, the provider shall arrive at the VAMC within two (2) hours of notice of a request for services. Both parties shall agree upon the process by which notice shall be given to the provider. "In the event of a medical need outside of normal business hours the provider shall arrive at the VAMC within six (6) hours of notice of a request for services. "Provider shall provide ALL equipment necessary to render acute hemodialysis services including but not limited to portable dialysis machines, water treatment and ancillary employees or contractors of the provider (exhibit A). ALL provider employees or contractors shall be either duly licensed and qualified nurses or qualified technicians trained in extracorporeal therapy including acute dialysis and treatment applicable to the services identified and prescribed and in accordance with relevant state licensure requirements. "Provider shall provide equivalent or state of the art supplies and/or equipment. In the case of provision of newly available state of the art equipment a new rate acceptable to all parties may be negotiated. Provider is responsible for maintenance of ALL equipment it provides and assures proper working order. Provider is responsible for ALL repairs, upkeep, maintenance and servicing of equipment in accordance with manufacturer's guidelines and applicable industry standards. "Together provider and VAMC will develop mutually agreed upon written protocols governing specific responsibilities and procedures to be used by provider staff in rendering services to patients. It shall be the provider's responsibility to provide policies, procedures, and techniques pertaining to the methods by which services are rendered. "Except as necessary and related to the provision of services provider and provider staff shall not be responsible for providing any nursing, or other medical treatment and/or procedure to patients of the VAMC or in any way undertake the practice of nursing or in any way interact with patients of the VAMC. Provider and provider staff shall not in any way undertake or be required to undertake the practice of medicine. "All provider staff providing services at the VAMC will have a current competency record including proof of current licensure (if applicable). Such information shall be provided to the VAMC upon prior written request in accordance with applicable laws governing such information. Provider staff shall have satisfactorily completed training in infection control, safety and blood borne pathogens, and will maintain compliance with provider's Exposure Control Plan. Provider staff shall also have completed training on patient information privacy as required under the Health Insurance Portability and Accountability Act ("HIPAA") final regulations for Privacy of Individually Identifiable Health Information. Provider staff shall be current regarding the Hepatitis B vaccination and provider shall maintain all record and documentation of such. "All provider employees under this contract shall be the subject of a background investigation and must receive a favorable adjudication from the VA and The Office of Personnel Management (OPM). This requirement is applicable to all subcontractor personnel requiring the same access. If the investigation is initiated but not completed prior to the start date of the contract, the Provider will be responsible for the actions of those individuals they provide to perform work for the VA. "While on duty at the VAMC provider staff shall adhere to VAMC dress code and will wear identification badges which identify them as provider staff and adhere to facility regulations regarding conduct, parking, and use of Federal facilities. "VAMC will provide administrative functions as are necessary and related to the provision of services at the VAMC and will be responsible for, but not limited to, the scheduling of treatments and overseeing the provider staff while at the VAMC. "Provider will document patient records in accordance with the documentation policies of the VA. As a minimum documentation shall include (1) procedure and schedule for bacteriological and chemical water testing, (2) procedure and schedule to assure sterility and/or cleanliness of the equipment before each dialysis, and (3) infection control procedure for the prevention and control of hepatitis. Maintenance of patient information and medical records, including results of tests, will follow appropriate procedures to ensure patient confidentiality rights are not abridged in accordance with applicable state and federal confidentiality laws. "Provider personnel shall be provided training by the VA in the use of the VA's computerized record system and be given appropriate computer access as determined by the VA. "Provider will be required to maintain, and provide proof of upon request, an ongoing Quality Management Program, acceptable to VAMC governing standards, which includes: continuous quality improvement, safety and infection control, and risk management. "Provider and provider staff shall perform their duties and obligations in accordance will ALL applicable federal and state laws and regulations, applicable VAMC policies, bylaws, rules and regulations as such are communicated to the provider (in writing) and the requirements, recommendations and standards of the Joint Commission. "Provider will provide, on a monthly basis, informational patient education sessions for VAMC patients to include, but not limited to, information about the various forms of renal replacement therapy and emphasis on the importance of early diagnosis and treatment. These educational sessions shall be available to VAMC patients, community members, and VAMC staff. "The VAMC shall provide ALL supplies necessary and required for the services provided by the provider at the VAMC (Exhibit B) at the sole cost and expense of the VAMC. The VAMC shall provide ALL medications prescribed by physicians. "The VAMC shall provide sufficient space suitable for administration of the services provided and shall transport ALL patients to/from such space for treatment, if such transportation is required. The VAMC shall provide sufficient secure space, adjacent to or in close proximity to, the space where service is provided for the storage of equipment and supplies used by the provider. The VAMC shall provide ALL utilities needed by the provider to administer services including, but not limited to, electricity, water, and heat/air conditioning. "The VAMC shall provide provider and all patients serviced by the provider with maintenance, security, communications, pharmacy, access to emergency response system, and other necessary support as provided to other areas and patients throughout the VAMC. While on duty at the VAMC provider staff shall be permitted to utilize the restroom, canteen facilities, parking and other public facilities and services available to employees of the VAMC. "The VAMC shall ensure that an Approved Physician will be consulted to examine patients and make determinations if patient(s) are suitable candidates for services. When a patient is approved as a candidate for service the VAMC Approved Physician shall prescribe the appropriate treatment and procedural direction. The VAMC Approved Physician shall complete a written order for services, which will be made available at the time of scheduling, and shall obtain proper patient consents for such services. ALL such documents shall be made available to the provider and provider staff immediately prior to the provision of services to include, but not limited to, documentation of applicable authorizations, patient information, diagnostic test results and clinical diagnosis. "The VAMC shall pay to provider in full satisfaction of services performed fees agreed to for such services. Provider to invoice VAMC for ALL services provided. Provider will not submit a bill to VAMC patients or any other party except the VAMC. "Provider will maintain in full force and effect throughout the term of this agreement, at its own expense, a policy of comprehensive general liability insurance and professional liability insurance covering it and provider's provider staff each having a combined single limit of not less than $1,000,000 per occurrence, $3,000,000 annual aggregate for bodily injury and property damage to insure against any loss, damage or claim arising out of the performance of each party's respective obligations. Provider will provide the VAMC with certificated evidencing said insurance, if and as requested. Provider will maintain, for a period of not less than three (3) years following termination of this agreement, any insurance required if underwritten on a claims-made basis. Provider shall also maintain workers' compensation insurance on their respective employees throughout the term of this agreement to the extent required by law. "Provider agrees to indemnify and hold harmless the VAMC, their officers, directors, agents, and employees against all liability, claims, damages, suits, demands, expenses and costs (including but not limited to, court cost and reasonable attorney's fees) of every kind arising out of or in consequence of the party's breach of this agreement, and of the negligent errors and omissions or willful misconduct of the indemnifying party, its agents, servants, employees, and independent contractors in the performance of or conduct related to this agreement. (viii) 52.212-1 Instructions to Offerors - commercial Items, applies to this solicitation with the following addenda; VAAR 852.270-1 Representative of CO, VAAR 852.273-74 Award Without Exchanges. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror who is deemed the most technically acceptable. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE SUBMITTED QUOTE, unless offeror has a current ORCA certification. A copy of the provision may be attained from http://www.arnet.gov/far. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.216-18 Ordering, FAR 52.216-19 Ordering Limitations; FAR 52.216-22 Indefinite Quantity; 52.237-3 Continuity of Services; VAAR 852.203-70 Commercial Advertising, VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, VAAR 852.215-71 Evaluation Factor Commitments, VAAR 852.237-7 Indemnification and Medical Liability Insurance; VAAR Non Discrimination in Services Provided to Beneficiaries; VAAR 852.237-70 Contractor Responsibility; VAAR 852.237-75 Security Requirements for Unclassified Information Technology Resources Inspection; VAAR 852.273-76 Electronic Invoice Submission, (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-13, 52.232-34, 52.222-41, 52.222-42 (xiii) RESPONSES ARE DUE Thursday December 22, 2011 at 3:30pm eastern standard time (EST). Electronic offers will ONLY be accepted; submit quotation to - Kristene Rowland, Contracting Specialist, e-mail Kristene.Rowland@va.gov. (xiv) Please address questions to Kristene Rowland, Contracting Specialist, e-mail Kristene.Rowland@va.gov. Phone (207) 623-5709.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ToVAMROC402/ToVAMROC402/VA24112Q0237/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-12-Q-0237 VA241-12-Q-0237_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=282642&FileName=VA241-12-Q-0237-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=282642&FileName=VA241-12-Q-0237-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA WHITE RIVER JUNCTION;215 NORTH MAIN STREET;WHITE RIVER JUNCTION VT 05009
Zip Code: 05009
 
Record
SN02641546-W 20111221/111219234111-9c83c76c0d28c2e2260cf10be0de077c (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.