Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 20, 2015 FBO #4836
DOCUMENT

Q -- TeleHealth Services - Attachment

Notice Date
2/18/2015
 
Notice Type
Attachment
 
NAICS
621498 — All Other Outpatient Care Centers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25515Q0462
 
Response Due
2/25/2015
 
Archive Date
3/27/2015
 
Point of Contact
Leah Thurman
 
E-Mail Address
6-1113<br
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE. This notice is a market survey and is for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR QUOTES AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. The VA NCO 15 Contracting Center has been tasked to solicit for and award TeleHealth Services for the Wichita VAMC, Wichita, KS. Potential sources are responsible for the complete performance of provide space, equipment and health care personnel (i.e. TeleHealth services) at their facility. Facilities shall support veterans that are geographically located in the following designated counties: Cowley, Thomas, Pratt, Barton, Crawford Rawlins, Sheridan, Morton, Wichita, Decatur, Lane, Gove, Ness, Kearny, Comanche, Graham, Mitchell, Grant, Republic, Barber, Scott, Ellsworth, Chautauqua, Elk, Stafford, Harper, Clark, Greenwood, and Finney in the state of Kansas. This includes providing an appointment room, which is secure and private, teleconference equipment and qualified personnel to facilitate TeleHealth Services. If space will be leased/subleased a copy of the signed, executed lease will be requested at time of submission of quotation. Equipment needed for this requirement can be found below in the Performance Work Statement (PWS). The proposed project is anticipated to be a multiple award, firm, fixed-price requirement. The type of solicitation to be issued will depend upon the responses to this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requested. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of the Business Community to include Small Business or Large Business, Veteran Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZONE, 8(a), etc., to complete and perform a Firm, Fixed-Price contract. After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published at a later time. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The duration of the requirement is for a base period (start-TBD and end TBD) with four each one-year option periods. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 624198. The Small Business Size Standard for this acquisition is $19M. Please limit your response to this synopsis to five pages and please include the following information: -Your company's name, addresses, point of contact, phone number, and email address. -Your company's interest in submitting a proposal on the solicitation when it is issued. -Your company's capability to meet the requirements. -Your company's capability to perform a contract of this type and comparable work performed within the past three years to include a brief description of the project, customer's name, phone number and address, period of performance, and dollar value of the project. -Your company's Business Size (Large or Small) and Socioeconomic Status (Veteran Owned, SDVOSB, HUBZONE, 8(a), etc.). -Your company's Joint Venture information (if applicable and include copy of agreement) - existing and potential Please provide a capability statement addressing your organization's ability to perform as a prime contractor the work described in the draft PWS (below). Index your firm's capabilities to the tasks in the draft PWS so that your firm's capabilities can be readily assessed. This is not request for proposal and in no way obligates the Government to award any contract. Interested companies are asked to respond to this Sources Sought Notice no-later-than 4:00 PM (CST) on February 25, 2015. All interested companies must be registered in SAM (http://www.sam.gov/) to be eligible for award of government contracts. Please mail, fax or email your response to: Leah Thurman NCO 15 Contracting Office, 3450 S. 4th Street, Leavenworth, KS; 60048, Email Address: leah.thurman@va.gov, Fax No. (913) 946-1198. Please reference the following solicitation number in the subject line of all correspondence submitted: VA255-15-Q-0462. Note: Email is the preferred method when receiving responses to this notice. DRAFT: Performance Work Statement 1. GENERAL INFORMATION a. General (1) Under the authority of 38 USC 8153, VAAR 873, and FAR Part 13 the Contractor(s) agrees to provide space, in the form of a permanent structure, equipment and one of the following, a Certified Nurses Aid, or a Medical Assistance or a Licensed Practical Nurse (i.e. TeleHealth services) at their facility in accordance with the terms, conditions and prices stated herein to the Department of Veterans Affairs, Robert J. Dole VA Medical Center (VAMC), 5500 Kellogg, Wichita, KS 67218. (2) Facilities shall support veterans that are geographically located in the following designated counties: Cowley, Thomas, Pratt, Barton, Crawford, Rawlins, Sheridan, Morton, Wichita, Decatur, Lane, Gove, Ness, Kearny, Comanche, Graham, Mitchell, Grant, Republic, Barber, Scott, Ellsworth, Chautauqua, Elk, Stafford, Harper, Clark, Greenwood and Finney. b. Description of Services (1) The Contractor(s) shall provide for the complete performance of all of the technical aspects of TeleHealth services requested by Robert J. Dole VAMC. c. Place of Performance (1) The work to be performed under this contract shall be performed at the Contractor(s)'s facilities within the designated counties listed above. d. Period of Performance (1) This contract is effective one year from effective date plus four (4) one-year option periods that may be exercised by the VAMC at their sole discretion. e. Type of Contract (1) Contract(s) will be an Indefinite Delivery, Indefinite Quantity contract(s) with firm fixed pricing. 2. CONTRACTOR(S) RESPONSIBILITES a. Work Schedule (1) The Contractor(s) shall conduct appointments 30, 60, or 90 minutes in length at the discretion of the medical provider/staff and based upon the availability of the clinical space and equipment. (2) The frequency of clinic scheduling and length of appointments will be mutually agreed upon by the Contractor(s) and staff from the VAMC. b. Description of Services (1) The Contractor(s) shall provide a clinical appointment room, in the form of a permanent structure, that is climate controlled, handicap accessible, meets ADA Compliance, and able to accommodate individual or group sessions with appropriate chairs and table space. Group session rooms need to accommodate 2-12 participates. (2) The Contractor(s) shall maintain a clean and safe environment. (3) The contractor shall permit on-site visits by VA personnel to assess contracted services, e.g., compliance with contract requirements, ADA compliance, etc. (4) Equipment provided by the Contractor(s): Contractor(s) shall have video conferencing equipment in the form of webcam or camera, monitor, external microphone and broadband connection compatible with Tandberg and Cisco Systems either EX90 or C40. Contractor(s) shall be responsible for providing all equipment necessary to the TeleHealth services. Contractor(s) shall have no more than one equipment complication or failure within one quarter. (5) Contractor shall provide one of the following, a Certified Nurses Aid, a Medical Assistance or a Licensed Practical Nurse/Practical Nurse to perform check-in and check-out procedures and perform standard vital signs (i.e. Blood pressure, weight, pulse rate, temperature, etc.) on Veterans the VA deems necessary. Documentation of this information will be conveyed to the VHA provider/staff for documentation in the VHA health care record. No documentation or medical record is required for the vendor to maintain. (6) Contractor(s) shall schedule appointments within 14 days of preferred date. Contractor(s) shall have no more than 2 appointment cancelation within one quarter. (7) The Contractor(s) shall provide the COR with documentation, as requested, such as personnel certification, license and compliance information, training records and Q/A documents. (8) Contractor(s) shall provide a contact person (nurse or physician) to communicate with should there be any urgent medical needs identified during the video conference. (9) Contractor(s) shall have a protocol for arranging hospitalization or transfer to an emergency room for the patient in case of need for emergent care. The VA clinical staff and Contracting Officer's Representative (COR) will review the protocol and approve it for use with VA patients. Should it be identified that the Veteran needs hospitalization, the VA physician will identify if this is on a voluntary or involuntary basis. (A) Voluntary Protocol: A VA provider will determine if it is safe for the Veteran to transport themselves for hospitalization or emergency care. If it is safe, the VA provider and VA staff will identify an appropriate medical location for treatment and give the Veteran instructions on how to proceed. If the Veteran is unable to provide transportation to the treatment location, VA travel will determine eligibility and assist with travel per VA regulations. (B) Involuntary Protocol: A VA provider will notify the Contractor(s) and clinic staff that they are recommending involuntary hospitalization. The Contractor(s) and clinic staff will initiate the VA approved protocol for placing a patient into involuntary hospitalization. Either the VA provider or authorized clinic staff may write for the medical hold of a VA patient. (C) Protocol for obtaining police involvement should it be determined necessary by either the VA staff or Contractor(s) clinic staff. Should Contractor(s)'s clinical staff or VA staff identify potential dangerousness on the part of the VA patient; the Contractor(s)'s clinical staff will notify the local police and request intervention. The Contractor(s)'s clinical staff will assist the local police to determine if the dangerous behavior should be managed by the use of civil commitment or if it is to be referred as a clinical matter. (10) Neither the Contractor(s) nor Contractor(s)'s personnel are authorized under this contract to refer any VAMC patients for additional medical treatment. Separate authorization by the VAMC will be necessary for continued care or referral for additional medical treatment. (11) The VAMC shall be responsible for coordinating patient scheduling with the Contractor(s). A complete list of all approved/agreed upon appointments will be securely sent from the VAMC to the Contractor(s)'s facility at least 48 hours prior to the date and time of appointment. The Contractor(s) shall notify the VA of any cancellation or no-show by the patient. c. Customer/Patient Satisfaction (1) All Veterans, family members, VA employees and other customers of the VAMC will be treated professionally and courteously. The contract provider(s) will cooperate with the VAMC to address and resolve validated customer service/patient complaints within 7 days. Contractor(s) shall have no more than 1 validated customer complaint a year.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25515Q0462/listing.html)
 
Document(s)
Attachment
 
File Name: VA255-15-Q-0462 VA255-15-Q-0462.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1872394&FileName=VA255-15-Q-0462-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1872394&FileName=VA255-15-Q-0462-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03644546-W 20150220/150218234556-f6b15ee7cc74d34772144a9fb9a8ca98 (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.