Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 14, 2014 FBO #4738
SOURCES SOUGHT

Q -- Sources Sought Notice for AUDIOLOGY and REHABILITATION SERVICES

Notice Date
11/12/2014
 
Notice Type
Sources Sought
 
NAICS
621340 — Offices of Physical, Occupational and Speech Therapists, and Audiologists
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25915N0079
 
Response Due
11/26/2014
 
Archive Date
1/25/2015
 
Point of Contact
Michael Vela
 
E-Mail Address
le,
 
Small Business Set-Aside
N/A
 
Description
AUDIOLOGY and PHYSICAL THERAPY DIAGNOSTIC AND REHABILITATIVE CARE This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HUBZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a)Company Name (b)Address (c)Point of Contact (d)Phone, fax, and email (e)DUNS number (f)Cage Code (g)Tax ID Number (h)Contract Number (i)Type of Small Business; e.g. Service Disabled Veteran Owned Small Business, Veteran Owned Small Business, 8(a), HUBZone, Woman Owned Small Business, Small Disadvantaged Business, or Small Business HUBZone Business and (j)Must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Draft Performance Work Statement: The purpose of this sources sought announcement is for the Salt Lake City VA Health Care System to obtain offers from contractors who can provide audiology and rehabilitation services to veterans in Pocatello, Idaho and surrounding areas. The Contractor shall provide clinical space, equipment (including the clinical audiometer, impedance bridge, otoacoustic emissions, balance assessment, treatment equipment and video otoscope for cerumen management) and supplies necessary to perform all audiology procedures (such as: ear impressions, ear cleaning supplies, listening stethoscopes and general purpose otoscopes). The Contractor shall provide qualified, licensed audiologists and physical therapists to complete testing and/or treatment during the course of the contract in accordance with all terms and conditions contained in the contract. Qualified personnel shall be listed in the contract. Audiology and Balance Services will be required on an as needed per procedure basis. Only the services listed by Current Procedural Terminology (CPT) codes below may be provided and billed against the contract. 69210 Removal of Impacted Cerumen 92508 Group Eval/treat/activity 92533Air or closed loop caloric 92540Basic vestibular evaluation 92541Spontaneous Nystagmus test 92542Positional nystagmus test 92543Caloric vestibular test 92544Optokinetic nystagmus test 92545Oscillating tracking test 92547Use of vertical electrodes 92548Computerized dynamic Posturography 92550Tympanometry & reflex threshold 92551Hearing Screen Air only 92552Pure tone audiometry air 92553Pure tone audiometry, AC/BC 92555Spondee Recognition threshold test 92556Speech/word recognition testing 92557Comprehensive hearing test 92562Loudness balance test 92563Tone decay hearing test 92565Stenger, Pure tone 92567Tympanometry (acoustic Immittance) 92568Acoustic reflex test: threshold/ 92570Acoustic Immittance Battery 92577Stenger test speech 92579Visual Reinforcement Assy 92582Conditioned Play Audiometry 92583Select Picture Audiometry 92585Auditory evoked potentials, MLR, P300, VEMP, ASSR diagnostic 92586Auditory evoked potentials, Limited 92587Evoked Otoacoustic Emissions (OAE) 92588Otoacoustic Emissions, complete 92590Hearing aid exam one ear 92591Hearing aid exam both ears 92592Hearing aid check one ear 92593Hearing aid check both ears 92594Electroacoustic hearing aid test, monaural/ 92595Electroacoustic hearing aid test, binaural 92596Ear Protector Attenuation Measure 92603Diagnostic Analysis of CI 92604CI Subsequest re-program 92620Evaluation of Central Aud Func w/report 92625Tinnitus assessment 92626SAC and SDAC 92627Eval Auditory Rehab each additional 92633Aud rehab post ling hear loss 92700Ent procedure/service (Cerumen mgmt.) 95992Audiologist Canolith Repositioning 97001Physical Therapy Evaluation 97110PT theraputic training 97112Neuromuscular re-education (vestibular rehab) 97116Gait Assessment and Training 97140Manual Therapy 97530Therapeutic Activities 98960Self-mgmt. education/train 1 pt. 98961Self-mgmt educ/train 2-4 pt 98962Self-mgmt educ/train 5-8 pt 99002Device Handling 99070Batteries/tubing/filters 99071Educational supplies 99075Medical Testomny V5020Conformity evaluation V5275Otoscopic exam/ear mold impressions V5264Earmolds V5299Hearing service (Aid fitting fee sing/double) V5110Initial hearing aid fitting/binaural V5014Repair/Modification of Aid/retube V5011Fitting Orientation/HA check V5010Assessment of Hearing Aids Coverage will include the following services: (a)Comprehensive hearing test (to include air conduction, bone conduction, SRT and speech discrimination) (b)Immittance testing (including tympanograms, acoustic reflex threshold and decay measures and Eustachian tube function) (c)Hearing aid evaluation (Real ear measurement testing or other appropriate procedure for verification of fitting) (d)Auditory Brainstem Response (ABR) (e)Hearing aid orientation (f)Counseling (g)Non-organic tests (to include puretone and speech Stengers) (h)Hearing aid check (to include electroacoustic test of hearing aid performance) (i)Otoscopic examination and earmold impressions (j)Cerumen management (k)Other diagnostic testing as needed (OAE's, site of lesion testing) (l)Balance Evaluation (VNG/ENG, postuography) (m)PT Assessment (n)PT Treatment CONTRACTOR REQUIREMENTS: Exact schedule of contractor performance of procedures will be determined by the Service Chief or his/her designee. Efficiency of patient care is critical in determining this schedule. The VA Salt Lake City Health Care System will monitor the performance of services provided under this contract to ensure the provision of high quality medical care. Primarily the Service management, supported by quality management programs and the office of the Chief of Staff, will carry out monitoring. The Contractor shall be able to get remote access into the Government's patient record systems through a secure computer and connection. The Contractor shall do patient scheduling into VA appointed clinics in compliance with VA scheduling practices and procedures. The Contractor shall enter progress encounter date into CPRS and VISTA in compliance with VA regulations for note and encounter completion. (Within 48 hours after testing). All Personnel assigned by the Contractor to perform services covered by this contract shall be licensed in a State, Territory or Commonwealth of the United States or the District of Columbia. All licenses held by the personnel working on this contract shall be full and unrestricted licenses. The qualifications of such personnel shall be subject to the review by the VA Chief of Staff and approval by the VA Facility Director. All registrations, certifications, and licensing shall be kept current. All persons employed under this contract will be required to participate in the Medical Center's Quality Management program. This includes participation in the quality management activities as developed and implemented by the contracting clinical area and furnishing evidence of continuous review of the quality of care provided to patients under this contract. Data will be provided by the contractor to the Service Manager or designated representative. Work Authorization shall be through a consult generated in the VA patient record system from the referring provider. The consult will be delivered to the contractor through a secure transport system, preferably through 1VPN remote access to the VA patient record system alerting method. The consult will state what procedures the provider is requesting. The contractor shall follow all VA laws, regulations, policies, and procedures relating to privacy, confidentiality, and HIPPA. Contractor shall provide monthly reports to include a summary of services provided. The contractor shall complete reports in such a way that they can be securely delivered to the referring provider, preferably through the 1VPN remote access patient record system, to include consult management, report entries, hearing aid ordering and issuing. The report will include all tests performed, results, medical opinion and recommendations. Contractors and subcontractors are required to complete mandatory annual VA Salt Lake City Health Care System training requirements as applicable, i.e. HIPPA, BLS, TMS, etc. Contractor shall itemize invoicing, identifying the Medicare CPT codes used per patient encounter. Only the CPT codes listed in the contract are authorized. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS: The Contractor will, upon award of the contract, initiate the proper level of security investigation for any Contractor employees that will be provided to VA Salt Lake City Health Care System under this contract. The contract award will include funding to reimburse the Contractor for mileage at the government rate to travel to the VA Salt Lake City Health Care System for two trips to allow proper finger printing and VA PIV badging processes required under this contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25915N0079/listing.html)
 
Place of Performance
Address: Salt Lake City VA Health Care System;Pocatello, IDAHO
Zip Code: 83209
 
Record
SN03570938-W 20141114/141112234059-98862d58d19c984bd75eb74aaed19a96 (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.