Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 23, 2014 FBO #4747
DOCUMENT

Q -- VASDHS CPAP/Bi-PAP REQUIREMENT - RFI FROM INDUSTRY PARTNERS - Attachment

Notice Date
11/21/2014
 
Notice Type
Attachment
 
NAICS
621610 — Home Health Care Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26215N0152
 
Response Due
12/5/2014
 
Archive Date
1/4/2015
 
Point of Contact
Tue M. Tran, Contract Specialist
 
E-Mail Address
irport
 
Small Business Set-Aside
Total Small Business
 
Description
THIS RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, QAULITY ASSURANCE PLAN, PERFORMANCE WORK STATEMENT, AND OTHER PERTINENT INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS REQUEST FOR INFORMATION (RFI) IN ACCORDANCE WITH FAR Subpart 15.201(e) -- Exchanges With Industry Before Receipt of Proposals. THIS INFORMATION SHALL ONLY BE USED FOR PLANNING PURPOSES AND SHALL NOT BE USED AS AN EVALUATION AGAINST ANY POTENTIAL OFFEROR SHOULD A SOLICITATION ARISE FROM THIS RFI. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly with the utmost confidentiality and integrity. In accordance with FAR Subpart 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources, size classification (small business, service disabled veteran-own small business (SDVOSB), HUBZONE, 8(a), etc ¦), current industry standards and current industry pricing. NAICS 621610 - Home Health Care Services, size standard of $15 million is relative to this RFI. Responses to this RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published to the Government Point of Entry, www.FBO.gov. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement; offeror(s) are required to respond to the solicitation, if any, in order to be considered for award. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources for a contractor capable of providing a turn-key solution for Continuous Positive Airway Pressure (CPAP) and Bi-Level Positive Airway Pressure (Bi-PAP) supplies and services to veterans within the VA San Diego Healthcare System's (VASDHS) area of responsibility. The VASDHS area of responsibility encompasses all of San Diego County and Imperial County, which is about 8,781 square miles of land combined. The population of veterans within these two (2) counties is estimated at 240,000. There are currently about 8,000 to 10,000 veterans who are receiving medical services for CPAP and Bi-PAP.; and it is also estimated the CPAP and Bi-PAP veteran population will continue to grow 5 to 10 percent every year. The service shall include, but not limited to the following: 1.Delivery, initial set-up, testing, demonstrating, and educating VASDHS's beneficiaries on the Continuous Positive Airway Pressure (CPAP) and Bi-Level Positive Airway Pressure (Bi-PAP) equipment and related durable medical equipment (DME) supplies. 2.A brick and mortar facility located within a reasonable proximity to the VASDHS. The facility must be able to accommodate and provide services to beneficiaries in a safe and secure environment; while following all local, state, and federal laws and regulations. 3.Facility must have the ability to store and manage CPAP and Bi-PAP equipment and DME supplies for the current and future population of beneficiaries. 4.Shall be able to provide logistics support which includes, but not limited to: (1) inventory management of CPAP and Bi-PAP equipment and DME supplies, (2) storage of CPAP and Bi-PAP equipment and DME supplies, (3) shipping and receiving of CPAP and Bi-PAP equipment and DME supplies to beneficiaries 5.Shall be accredited by the Joint Commission (JC) and/or another recognized national body for home care/home respiratory therapy. The accreditation shall be current and valid through the term of contract. 6.Maintain a toll free telephone for beneficiaries to call during normal working hours; also maintain a toll free number for emergency requests outside normal working hours. 7.A California licensed Respiratory Therapist must be on staff. 8.Collect, analyze, and maintain data as necessary. 9.Provide follow-ups to beneficiaries after initial set-up, which may include actions such as assisting and education beneficiaries. 10.Have a minimal of five (5) years of experience within this industry and have managed similar contracts in size and complexity. 11.Option to provide and manage WIFI capable devices and services for reporting purposes. A statement of work and the list of common Healthcare Common Procedure Coding System (HCPCS) are provided for industry partners to view, make comments, suggestions, and any other guidance to conform current industry standards. The Government highly encourages any interested party to provide information such as the following: 1.Review the attached statement of work and submit suggestions, comments, and/or corrections that can assist the Government and its planning. If you have performance work statement that is similar in nature to this requirement, please provide if possible 2.The latest and greatest equipment and DME supplies that is currently being used in the industry 3.Any new innovative approach in performing this type of service 4.Best practices 5.Pricing data (if possible) 6.Quality Assurance Plan 7.Any new laws, regulations and/or any guidance that may be required to be adhere too 8.Common HCPCS relevant to this type of service 9.Site visit - If your company is local and provides services similar in nature, the Government request to conduct a site visit at your facility in order to get a better perspective of the industry 10.If you have current contract with a VA Hospital or Federal/State Agencies similar to this requirement; please provide information such as current contact number, point of contact, and other pertinent information that may assist the Government If you are interested and are capable of providing the required services please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: 1)Is your business small; 2)If small, does your company qualify as a small, emerging business, or small disadvantaged business; 3)If disadvantaged, specify under which disadvantaged group and if your company is certified under Section 8(a) of the Small Business Act; 4)Is your firm a certified "Hubzone" firm; 5)Is your company a woman-owned or operated business; 6)Is your company a certified Service-Disabled Veteran Owned Small or Veteran Owned Small Business; 7)If your company has FSS GSA contract, please provide the contract number and 8)Your capabilities in regards to the services being researched. Responses to this notice shall be e-mailed to the attention of Tue Minh Tran with "RFI# VA262-15-N-0152 -- VASDHS CPAP & Bi-PAP REQUIRMENT" in the subject line. E-mail address: tue.tran@va.gov. Telephone responses will be accepted at (562)766-2302. Responses must be received no later than Friday, December 5, 2014 by 4:00 p.m. PST. A solicitation is not currently available. If a solicitation is issued it shall be announced at a later date and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26215N0152/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-15-N-0152 VA262-15-N-0152.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1740095&FileName=VA262-15-N-0152-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1740095&FileName=VA262-15-N-0152-000.docx

 
File Name: VA262-15-N-0152 P01 - SOW - CO EDIT - 11.21.14.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1740096&FileName=VA262-15-N-0152-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1740096&FileName=VA262-15-N-0152-001.docx

 
File Name: VA262-15-N-0152 P12 - LIST OF HCPCS AND NATIONAL FEE SCHEDULE 1.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1740097&FileName=VA262-15-N-0152-002.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1740097&FileName=VA262-15-N-0152-002.xlsx

 
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 San Diego Healthcare System;3350 La Jolla Village Dr;San Diego, CA
Zip Code: 90815
 
Record
SN03579470-W 20141123/141121234612-47167b51d58708d66260021679250c52 (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.