DOCUMENT
Q -- Perfusionist Services - TVHS - Attachment
- Notice Date
- 9/17/2014
- Notice Type
- Attachment
- NAICS
- 621399
— Offices of All Other Miscellaneous Health Practitioners
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24914R0957
- Archive Date
- 9/27/2014
- Point of Contact
- Angela Bailey
- Small Business Set-Aside
- N/A
- Description
- The Network Contracting Office 9 is conducting market research for the Tennessee Valley Healthcare System VA Medical Center (Nashville Campus) to identify potential sources for a contract to provide cardiopulmonary perfusionist services on an as needed basis 24hrs a day, seven days a week, including weekends and holidays. This Request for Information (RFI) is issued solely to obtain industry capability to meet this requirement and request comments of the attached draft performance work statement. This RFI DOES NOT CONSTITUTE A SOLICITATION AND DOES NOT REQUEST PROPOSALS/QUOTATIONS/BIDS. This RFI is in accordance with Federal Acquisition Regulations (FAR) 15.201(e). The Government does not intend to award a contract on the basis of this RFI. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of submission of responses to this RFI and the Government's use of such information. If any information is considered proprietary please mark as such. Firms responding to this RFI should include company name, cage code, point of contact, address and indicate whether they are a small business. For the purposes of being considered a small business, the following applies: NAICS Code 621399, Size Standard $7.0 million. The Government reserves the right to set-aside any subsequent acquisition based upon known sources and/or responses to this synopsis. Firms should provide capability statements not to exceed 5 pages and should include responses and/or comments on the Dept. of VA basic requirement attached to this notice not later than September 20, 2014 at 3:00 p.m. CST to be considered as part of the Government's market research. Submissions shall be sent via e-mail to the attention of Angela Bailey at angela.bailey5@va.gov. Please include in the Subject line: VA249-14-R-0957-Cardiopulmonary Perfusionist Services. Do not contact medical center staff in regards to this requirement, as they are not authorized to discuss matters related to this procurement action. All questions should be submitted in writing via email for this procurement to the Contract Specialist. Telephone calls will not be accepted. DRAFT PERFORMANCE WORK STATEMENT 1.GENERAL 1.1.SERVICES REQUIRED: The Department of Veterans Affairs (VA) Medical Center (VAMC) located in Nashville, TN requires cardiopulmonary perfusionist services. The contractor shall provide campus-wide coverage on an as needed basis 24 hours a day, seven days a week, including weekends and holidays in support of cardiac surgery. The Contractor shall be responsible for holiday and weekend pay for its employees. This includes the daily rounding and evaluation of long term Ventricular Assist Devices if patient resides at the Nashville Campus of TVHS. 1.2.PLACE OF PERFORMANCE: On-site Tennessee Valley Healthcare Center Nashville Campus 1310 24th Avenue South Nashville, TN. 37212-2637 2.CONTRACTOR RESPONSIBILITIES 2.1.SERVICES REQUIRED: Contractor shall provide cardiopulmonary perfusionist services on an as needed basis 24 hours a day, seven days a week, including weekends and holidays. The Contractor shall be responsible for holiday and weekend pay for its employees. This includes the daily rounding and evaluation of long term Ventricular Assist Devices if patient resides at the Nashville Campus of TVHS. An employee of the contractor shall be present at the VA Medical Center and shall perform the required services for each surgical case as requested. Perfusion services will be compensated on a per case basis. An employee of the contractor (Licensed Cardiovascular Perfusionist) shall be present for the duration of the case. He or she shall be present in the Operating Room from the time patient arrives until patient leaves the OR. The cardiovascular perfusionist shall not leave the VA hospital while the patient is in the OR. The Staff Cardiac Surgeon at the VA Medical Center will notify the contractor when perfusionist services are required for surgical cases. The VA Medical Center will notify the Contractor via a specified phone number at least two days in advance of the scheduled cases. In emergency cases, the contractor shall respond to a request for services from the VA Medical Center within thirty minutes of notification to the Operating Room Coordinator, the attending surgeon, or the Chief Resident in Cardiac Surgery. Major duties shall include, but are not restricted to the following: Contractor shall provide all equipment, disposable equipment and supplies. a.Operate cardiopulmonary bypass machines and other equipment that may be requested by the VA surgeon. b.Perform routine upkeep and cleaning of equipment and pump supply area. c.Furnish and maintain inventory of pump supplies as necessary for clinical requirements. d.The cardiopulmonary perfusionist shall be available in the operating room with cardiopulmonary bypass unit in readiness for immediate use pending instruction by the VA surgeon. e.Provide auto transfusion services, intra-aortic balloon pump, Abiomed Assist Device, and other assist devices as determined by the VA surgeon. f. Provide auto transfusion services for off pump procedures with documentation in real time. g.The Contractor's cardiopulmonary perfusionist shall document perfusion and auto transfusion process in the patient's medical record in real time, with all documentation in the medical record prior to the patient leaving the Operating Room, or if in the ICU, in real time. h.Provide continuous in-line blood gas and electrolytic monitoring and analysis during the procedure with documentation of results in real time. i.The contractor's cardiopulmonary perfusionist shall be present at all extracorporal membrane oxygenation (ECMO) insertions and available and present to manage, 24 hours a day, 7 days a week, the ECMO equipment on ICU floors, until the device is removed. j.The contractor's cardiopulmonary perfusionist shall be certified in ventricular assist devices (VADs) including Heartmate II, Heartware, PLS, Thoratec, Impella, Tandem Heart, Biomedicus, Centrimag and be able to facilitate the procurement of the device. The price specified in the schedule of Supplies or Services and Prices/Costs shall include the following: a.Professional Components (i.e. heart lung machine, VADs, pumps) b.Perfusion Console c.Cardiovascular Perfusionist d.Extracorporeal Circulation Disposables (1)Membrane hollow fiber membrane oxygenator with integrated venous reservoir. (2)Perfusionist tubing pack (3)Surgical tubing pack (a)aortic cannula (b)one-way pressure safety valve (c)pump sucker (4) Filter in the CPB Circuit e.Cardioplegia administration set. f.Retrograde coronary perfusion cannula g.Venous cannula h.Left ventricular vent i.Connectors: 1/2 x 1/2, 3/8 x 1/2, 1/4Y j.Venous optical transmission cell k.Biomedicus Flow Probe l.Biomedicus Biopump m. Level sensor n. Pressure isolator/display set o. Quick prime set p. Dual perfusion set q. Perfusion adapter r. Multiple perfusion set t. Pericardial sump u. Femoral arterial cannula v. Femoral venous cannula w. VAVD regulator x. VAVD disposables y. Arterial optical transmission cell z. Continuous in-line blood gas and electrolytic monitoring device 1. Intra-Aortic Balloon Pump (service and back-up) 2. Abiomed Assist Device (service and back-up) 3. Biomedicus Ventricular Assist Device (service, disposables, and back-up) 4. Autotransfusion (service) 5. Thoractec Ventricular Assist Device (service and back up) or other long term VAD. The above components should be all-inclusive with the perfusion services provided. Contractor shall provide upgrades, routine maintenance, and safety inspections on equipment supplied under the contract as needed to insure full compliance with JCAHO standards in effect during the term of this contract. Contractor shall maintain equipment in accordance with the manufacturer's recommendations. Contractor shall perform a semi-annual electrical safety inspection of each pump in the heart/lung machine and check the system leakage current, to insure the overall chassis leakage current does not exceed 300 microamperes and that ground resistance does not exceed.5 ohms. All electrical equipment is to be tagged with a current (within 6 months) electrical safety inspection sticker. Furnish maintenance reports to the Biomedical Engineer (138), VA Medical Center, 1310 24th Ave., S., Nashville, TN 37212. To insure a system of record keeping, the contractor's employee shall sign in on a sheet located in the Operating Room. The Contractor is responsible for payment of the employee's leave, including sick leave, holiday, or vacation time. 2.2.STANDARDS OF PRACTICE: Contractors shall cover the range of services that meet the standards as established by the Joint Commission hospital standards, The Department of Veterans Affairs and any other organization having review authority over operations of neurosurgical services of the VA Medical Center, Nashville, Tennessee. Performance shall be according to the requirements contained in this PWS and equal to that of the professional standards of the TJC.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24914R0957/listing.html)
- Document(s)
- Attachment
- File Name: VA249-14-R-0957 VA249-14-R-0957.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1639404&FileName=VA249-14-R-0957-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1639404&FileName=VA249-14-R-0957-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-14-R-0957 VA249-14-R-0957.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1639404&FileName=VA249-14-R-0957-000.docx)
- Place of Performance
- Address: Dept of VA Medical Center;1310 24th Avenue South;Nashville, TN. 37212
- Zip Code: 37212
- Zip Code: 37212
- Record
- SN03515874-W 20140919/140918000100-98a74d6f2d670c927c719aba3c28fc57 (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 |