Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2013 FBO #4169
SOURCES SOUGHT

65 -- Seeking sources for Contractors who can provide qualified Cell Saver Transfusion Service Technician to include set up of CONTRACTOR OWNED Cell Saver Unit.

Notice Date
4/22/2013
 
Notice Type
Sources Sought
 
NAICS
621991 — Blood and Organ Banks
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ13T0371
 
Response Due
5/3/2013
 
Archive Date
6/21/2013
 
Point of Contact
mary.a.martin, 910-643-2119
 
E-Mail Address
Medcom Contracting Center North Atlantic
(mary.a.mitchellmartin.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Seeking sources for Contractors who can provide qualified Cell Saver Transfusion Service Technician to include set up of Cell Saver Unit, operate and provide related supplies used to recover and process Shed Blood in accordance with Womack Protocols, JC, AABB, DEHEC, CAP and the Statement of Work which is attached. The contractor Technician agrees to follow rules and protocols established by WAMC. The fees associated with this service are dependent on the physicians request and supplies used during each surgery. Therefore, the fee schedule is a basic guideline. ****Contract will be paid through Wide Area Work Flow (WAWF) only.**** Contractor owned (cell saver equipment) will be set up and operated by the contractor's technician. The equipment furnished by the Contractor must at least be equal to a Dideco Compact Advanced (REF# 75170 as stated in the PWS). for Department of Surgery, Womack Army Medical Center (WAMC), Fort Bragg, NC 28310. Contract has a Base Year (May 19, 2013 through April 20, 2013) and 4 one-year (May 19, 2013 through April 20, 2017). See below for Performance Work Statement (PWS). For more information please contact Mrs. Mary Martin at mary.a.mitchellmartin.civ@mail.mil. Please respond by 3 May, 2013.. PWS AUTOTRANSFUSION SERVICE 1. WOMACK ARMY MEDICAL CENTER (WAMC) is in need of perioperative autotransfusion services and Cell Saver equipment to be furnished by the Contractor for support of surgeries performed at Womack Army Medical Center, Fort Bragg, North Carolina on an as needed basis. 1.1.The Contractor shall provide the services of skilled, trained personnel to provide quality perioperative autotransfusion services and equipment to furnished by the Contractor must at least be equal to a Dideco Compact Advanced (REF# 75170) to WAMC. 1.1.2.This requirement is for non-personal services; contract personnel performing under this contract shall perform the services as required of the statement of work. 1.1.3. Performance Measures. 1.3.1.1.Outcome: The contractor shall provide qualified personnel who will operate the cell-saver equipment during surgeries as requested by the Department of Surgery. 1.3.1.2.Standards Acceptable measures include: A 95% fill rate for surgery requests with no cancellations of treatment except as required by the department. 1.3.1.3.How Measured. Department/clinic supervisory personnel will monitor performance through records, and contractor reports. 1.2.QUALIFICATIONS: The Contractor shall insure the personnel provided have the appropriate background, education, training and credentials to provide perioperative autotransfusion services using the Cell Saver equipment furnished by the Contractor. The equipment furnished by the Contractor must at least be equal to a Dideco Compact Advanced (REF# 75170). 1.2.1. The Contractor shall provide WAMC with competency assessments, evaluations, credentials, licensure and/or any other documents required to comply with the accreditation policies and standards of The Joint Commission or other responsible agency. 1.2.2. The Contractor shall immediately notify WAMC, in writing, of anything which adversely affects the personnel's ability to provide appropriate services. 1.3.ADMNISTRATIVE. 1.3.1. The Contractor shall provide a Medical Director available by pager at all times for physician conferences. 1.3.2. The Contractor shall provide Written policies and procedures in compliance with The Joint Commission, DEHEC, AABB and CAP regulations. 1.3.2.Reports To provide a computer generated quarterly report of CATI procedures performed at Hospital. 1.3.3.The Contractor shall insure that their personnel comply with the local installation identification and access requirements. 1.3.4.The contractor shall: 1.3.4.1.Comply with all laws, ordinances, orders, rules, regulations and requirements of all Federal, State and local governments, and their appropriate departments, commissions, boards and officers and shall obtain all consents, permits, and licenses necessary to carry out its obligations under this Agreement. CATI further agrees to comply with all relevant standards of any and all accreditation and/or regulatory organizations, including, but not limited to, The Joint Commission (TJC), College of American Pathologists, and the American Association of Blood Banks. 1.3.4.2. Type of Contract: This is a Firm Fixed Price contract with prices fixed in accordance with the Fee Schedule provided by quote mark Companies Name quote mark. However, the actual amount charged will be based on the actual service performed, supplies used during surgery, and miscellaneous charges used in accordance with the fee schedule. The government will only pay for the actual service rendered, supplies used and, miscellaneous charges shown on the fee schedule. 1.3.5 HEALTH AND IMMUNIZATION REQUIREMENTS 1.Health. Contractor individual performing services under this contract shall comply with the health and immunization requirements as stated below at the time of initial request for clinical privileges and annually thereafter. The expense for all physical examinations to comply with the health requirements shall be borne by the contractor individual at no additional cost to the government. 2.Contractor individual performing direct healthcare services under the contract shall receive a general physical examination with their credentialing package. The certificate shall state the date on which the examination was completed, and the name of the physician who performed the examination. The physician performing the examination shall sign this certification. For the purpose of this paragraph, a physical examination administered more than 45 days prior to submitting credentialing package will not be considered adequate. The physical exam shall include the following: a.Test for the antibody to HIV (Human Immunodeficiency Virus) with documented results of the test. b.A history to show that the HCP has completed a primary series of immunization with tetanus and diphtheria toxoids and that a booster dose is current (within the past 10 years.). c.A test for immunity to the hepatitis (Type B) virus with documentation of the results. A profile shall be established to show immune status to hepatitis. Non-immune Healthcare workers (lacking anti-HB(c) or anti-HB(s)) shall be required to complete an immunization series with a Hepatitis -B vaccine (e.g., Recombivax, Energix). d.Serologic evidence of immunity to measles and rubella or documentation of immunization with measles, mumps, and rubella (MMR) vaccine using the following guidelines. (1) Employees born before 1957 without documentation of previous vaccination with MMR should receive one dose. (2) Employees born in or after 1957 who have received one dose of MMR previously shall receive on booster dose. (3) Employees born in or after 1957 without documentation of any previous vaccination with MMR should receive two doses of vaccine, separated by no less than one month. e.Serologic evidence of immunity to varicella or documented history of illness or immunization. f.For personnel who do not have proof of having completed a primary series, completion with enhanced potency inactivated poliovirus vaccine (eIPV) is recommended. Reliable history of spending early childhood and attending elementary schools in the United States since may suffice as clinical history of polio immunization, but requires physician documentation in the record of the history and examination. g.Contractor individual shall be screened before employment and annually for tuberculosis by a tuberculin skin test using the Mantoux technique. (The TINE test is disallowed as a substitute.) A skin test result of 10 mm of indurations or more shall be required to have a chest roentgenogram and an evaluation performed. A tuberculin skin test of 10 mm of indurations or more will require documentation providing an assessment of the patient (status of infection-active, inactive; need for preventive treatment or not as determined by age, history of BCG (Bacillus Calmette-Guerin) vaccination; duration of skin test positivity, etc). 3.If all of the immunization and test set forth in the preceding paragraphs have been completed, the contractor shall issue a certificate providing evidence of immunizations and tests that have been completed or started and shall provide a schedule for the completion of unfinished immunizations and lab tests. After the schedule is completed, the contractor must provide an updated and complete certificate. Failure to complete the immunizations as scheduled may be grounds for the Contracting Officer, upon the advice of the MTF commander or his clinical staff, to determine that such contractor individual is not an acceptable individual to perform services under this contract. 4.The Contracting Officer, with the explicit case-by-case approval of the MTF commander, is empowered to make exceptions to these requirements, for example, in the event of vaccine shortage or bona fide religious exceptions, but nothing herein shall be construed as an imperative or directive upon the Contracting Officer to make such exceptions. 5.Contractor individual performing direct healthcare services under this contract, which experience a parenteral (e.g., needle-stick or cut) or mucous membrane exposure (e.g.. splash to the eye or mouth) to blood or bloody body fluids, shall receive prompt treatment. The medical treatment facility (MTF) will evaluate the source of exposure for risk of Hepatitis-B, Hepatitis-C. And Human Immunodeficiency virus (HIV) and will provide a report of the findings to the contractor and the contract HCP. It shall be the contractor's responsibility to provide appropriate treatment as needed to possibly include Tetanus-Diphtheria booster, Immune Globulin, Hepatitis-B vaccine booster, or Hepatitis-B Immune Globulin. The contractor shall be responsible for providing the contract HCP with initial testing and if the source of exposure was unknown, positive, or confirmed at high risk for HIV infection, follow-up testing 3, 6, and 12 months after exposure. In event of a confirmed or highly suspected parenteral exposure to HIV, the contractor individual shall receive appropriate counseling and is referred immediately to a private infectious disease specialist for consideration of any post exposure prophylaxis (e.g., AZT). The Government may require the contractor individual to provide evidence of the status of treatment and testing of the individual contractor under the contract. 6.Contractor individual shall receive the current influenza immunization from a non-Government physician and present evidence of the shot to the COR unless documented by a physician to be medically contraindicated. 7.Failure to meet the requirements stated herein, or when test results determine a contractor individual has a contagious disease, the Contracting Officer may, upon advice of the MTF commander of his clinical staff, determine that such a contractor individual is not an acceptable individual to perform services under this contract. 8. The Government offers vaccine for occupational exposed hazards, i.e., smallpox, anthrax, etc. (End of Notice) 1.4.HOURS OF PERFORMANCE: The Department of Surgery shall coordinate work schedule on an as needed basis with the Contractor, giving the contractor at least 48 hours notice prior to the date of the surgery for non-emergent surgeries. The Department of Surgery shall coordinate work schedule on an as needed basis with the Contractor, giving the contractor at least 4 hours notice for emergent surgeries. 1.5.RELATIONSHIP OF THE PARTIES, PROFESSIONAL LIABILITY RESPONSIBILITY AND PROCEDURES. The Government shall not be liable for malpractice allegations against the contractor technician based on the performance of this contract. The Contractor shall be required to carry malpractice insurance for its employees working under this contract at a level acceptable to the Contracting Officer prior to the commencement of services. In accordance with FAR clause 52.237-7, the contractor shall indemnify the Government from any liability producing act or omission by the contractor, it's employees and agents occurring during the contract performance. If the contractor uses subcontractors in the performance of this contract, the contractor is required to ensure that its subcontracts for the provisions of healthcare services contain the requirements of FAR Clause 52.237-7, including the maintenance of medical liability insurance. 1.5.1. If any suit or action is filed or any claim is made against the contract or contract employee, which occurred as a result of work performed by the contractor/employee under this contract the Contractor shall immediately notify the Contracting Officer and the chief of Department of Surgery and promptly furnish them copies of all pertinent paperwork. 2.DEFINITIONS: 3. CONTRACTOR FURNISHED PROPERTY/EQUIPMENT. 3.1 The Contractor shall furnish all personnel and supplies necessary to operate the Contractor owned Autologous Blood Recover System at the prices as shown on the attached fee schedule. 3.2. Contractor shall provide computer generated quarterly reports of procedures performed at WAMC. 4.SPECIFIC TASKS: 4.1. Contractor shall provide perioperative autotransufsion services as required at Womack Army Medical Center. 4.2 Contractor shall have a Medical Director available by pager at all times for physician conferences. 4.3 Contractor shall provide written policies and procedures in compliance with The Joint Commission, DEHEC, AABB and CAP regulations. 4.4 Contractor shall educate WAMC staff regarding auto transfusion on an as needed basis. Contractor shall work with Hospital personnel on the development and implementation of programs to insure compliance with Medical Staff bylaws, Standards for Hospitals of the Joint Commission on the Accreditation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ13T0371/listing.html)
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: MCXC-CT, 2817 REILLY RD FORT BRAGG NC
Zip Code: 28310-7301
 
Record
SN03042312-W 20130424/130422234425-e3dd22d9ae164e63a0dbe83cdeda0abc (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.