DOCUMENT
Q -- CBOC Beaver County - Attachment
- Notice Date
- 11/12/2013
- Notice Type
- Attachment
- NAICS
- 621498
— All Other Outpatient Care Centers
- Contracting Office
- Department of Veterans Affairs;VA Pittsburgh Healthcare System;Acquisitions (90A);1010 Delafield Road;Pittsburgh PA 15215-1802
- ZIP Code
- 15215-1802
- Solicitation Number
- VA24414R0109
- Response Due
- 12/13/2013
- Archive Date
- 12/18/2013
- Point of Contact
- Jeffery Thomas
- Small Business Set-Aside
- N/A
- Description
- SERVICES REQUIRED: This solicitation is for a Community-Based Outpatient Clinic (CBOC) for providing Primary Care and Mental Health Services in a private hospital, office or clinic environment to Veterans primarily residing in Beaver County, PA. The Parent Facility for this CBOC is the VA Pittsburgh Healthcare System in Pittsburgh, Pennsylvania (VAPHS), located 37 miles from Beaver County, the place of performance. Unless otherwise noted, hereafter within this document, singular terms such as "CBOC," "clinic," or "Contractor's facility" shall refer to the Beaver County CBOC. The Contractor shall provide a community-based outpatient clinic solely dedicated to Veterans. Primary Care services will provide a continuum of care from prevention to diagnosis and treatment, to appropriate referral and follow-up. Those patients needing specialty or follow-up care shall be referred to VAPHS. The CBOC must have the necessary professional medical staff, diagnostic testing and treatment capability, and referral arrangements needed to ensure continuity of health care. Primary Care services include longitudinal outpatient medical care for the purposes of prevention and detection of disease and subsequent management of medical conditions, for Veterans deemed eligible. The care will be provided by primary care providers who may be general practitioners or general internists or their authorized designees. The proposed CBOC, at a minimum, shall provide one standard of care that must be consistent, safe and of high quality. Additionally, the proposed CBOC is expected to comply with all relevant VA policies and procedures, including those related to quality, patient safety, and performance. The CBOC must be poised to respond quickly to VA policy and procedure changes. If requested or required by either the government or the Contractor, the Contractor will work closely with the Contracting Officer (CO) and Contracting Officer Representative (COR) to modify the contract expeditiously, in order to limit the impact on the clinic's Veterans and ensure consistency with the care provided by the VA's other Primary Care Clinics. Scheduled initial or follow-up visits to primary care providers at the CBOC site. A complete history and physical examination which includes cervical cancer screening for women (including one of the following Current Procedural Terminology (CPT) codes: 99203-99205; 99213-99215; 99243-99245; 99385-99387; or 99395-99397.) must be performed on the first visit other than in exceptional circumstances. This is a Vesting CPT Code visit. Exceptional circumstances means the Veteran is seen for his/her first visit as an emergency for a shorter duration visit. In this case, a complete history and physical examination must be completed within the next two (2) months or before the end of the VA Fiscal Year (September 30), whichever comes first. The complete history and physical examination will be performed with documentation of Veteran problems via the on-line Problem List option in the Veterans Health Information Systems and Technology Architecture (VISTA)/Computerized Patient Record System (CPRS) computer system which will be updated as needed on each subsequent visit. The Problem List is to be updated by the third visit and all subsequent visits, and include all significant diagnoses, procedures, drug allergies, and medications. Within twelve (12) months of the last visit, the Veteran must receive a visit which justifies any of the Vesting CPT Codes. Offers will be considered only from offerors who are regularly established in the business called for and who, in the judgment of the Contracting Officer, are financially responsible and able to show evidence of their responsibility, ability, experience, equipment, facilities, and personnel directly employed or supervised by them to render prompt and satisfactory service in the volume required for all items under this contract. By the signing of this offer, offeror is certifying that he/she shall meet all requirements of Federal, State, or local laws, codes, and/or regulations and all applicable standards in the most current version of The Joint Commission Accreditation Manual for Hospitals, or equivalent accrediting body, regarding the operation of this type of service. Any subcontractor utilized by Contractor for the provision of services required under this contract must meet the same qualifications specified herein for Contractor, as appropriate to the work being performed. Contractor must obtain prior approval from the Contracting Officer for subcontractor(s) utilized. In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled Veteran-owned or Veteran-owned small business status and their proposed use of eligible service-disabled Veteran-owned small businesses and Veteran-owned small businesses as subcontractors. The offeror agrees, if awarded a contract, to use the service-disabled Veteran-owned small businesses or Veteran-owned small businesses proposed as subcontractors in accordance with 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more service-disabled Veteran-owned small businesses or Veteran-owned small businesses for subcontract work of the same or similar value. Thirty (30) days prior to the contract expiration date, Contractor will certify in writing to the Contracting Officer that all licenses and registrations of personnel employed under this contract are valid and current and will be renewed as necessary during the option period. Failure to provide this certification may result in a determination not to exercise the VA's renewal option. Updated copies of all licenses and registrations will be provided to the Contracting Officer annually no later than the contract anniversary date.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24414R0109/listing.html)
- Document(s)
- Attachment
- File Name: VA244-14-R-0109 VA244-14-R-0109_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1085189&FileName=VA244-14-R-0109-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1085189&FileName=VA244-14-R-0109-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA244-14-R-0109 VA244-14-R-0109_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1085189&FileName=VA244-14-R-0109-000.docx)
- Place of Performance
- Address: 1010 Delafield Road;Pittsburgh, PA
- Zip Code: 15215
- Zip Code: 15215
- Record
- SN03231966-W 20131114/131112233836-d65a8f55bed60f3bdd18b576848cc8bf (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 |