DOCUMENT
Q -- Remote EEG Interpretation Services - Attachment
- Notice Date
- 5/26/2015
- Notice Type
- Attachment
- NAICS
- 621999
— All Other Miscellaneous Ambulatory Health Care Services
- Contracting Office
- Department of Veterans Affairs;SAO West NCO 18;Asha Vidal, Contract Specialist (CTR);11495 Turner Raod;El Paso TX 79930-4221
- ZIP Code
- 79930-4221
- Solicitation Number
- VA25815Q0424
- Response Due
- 5/29/2015
- Archive Date
- 6/28/2015
- Point of Contact
- Asha Vidal
- E-Mail Address
-
idal@va.gov<br
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Number: VA258-15-Q-424 Notice Type: Combined Synopsis/Solicitation SYNOPSIS: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA258-15-Q-0424 and is issued as a Request for Quote (RFQ). Quotes are due to be in receipt by this office NLT 4:00 PM EST on May 29, 2015. Quotes shall be submitted via e-mail to Asha Vidal at asha.vidal@va.gov. Offerors will be able to submit questions regarding this combined synopsis/solicitation until 10:00 AM EST on May 22, 2015. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular (FAC 2005-82 (effective 05/07/15)). Provisions and clauses incorporated by reference have the same force and effect as if they were published in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations Supplement (VAAR) can be accessed on the internet at http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR). (iv) This solicitation is issued as a total small business set aside. The North American Industry Classification System (NAICS) code is 621999 - All Other Miscellaneous Ambulatory Health Care Services, and the small business size standard is $15.0M. Offerors must be a registered as a Small Business for NAICS 621999 and must be represented as such within its SAM registration to be considered for award. (v) A list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable) - See Attachment A - Price/Cost Schedule. (vi) Description of requirements for the services to be acquired: STATEMENT OF WORK Remote/Off-Site Interpretations of Electroencephalograms (EEGs) The Department of Veteran's Affairs, West Texas VA Health Care System (WTVAHCS) requires non-personal health care services for the remote/off-site interpretation of Electroencephalograms (EEGs). This will be a firm-fixed-price per interpretation task order, and will be awarded using Lowest Price Technically Acceptable (LPTA) methodology, under the authority of Federal Acquisition Regulation (FAR) Part 12 - Acquisition of Commercial Items. The period of performance will begin on 10/01/2015 and will consist of a base year, followed by up to four (4) option years, to be exercised at the government's discretion. Background Information: The type of EEGs performed at the WTVAHCS is CPT code 75816 - Electroencephalogram (EEG); including recording awake and drowsy; 20-40 minutes. 1.REQUIREMENTS a.The contractor shall provide remote EEG interpretations to the WTVAHCS. b.EEG interpretations must be performed by a board certified Neurologist and meet all requirements of the American Board of Clinical Neurophysiology (ACNS). The Physician shall submit certifications prior task order award for credentialing purposes. The Neurologist license does not have to be state-specific. c.EEG interpretations shall meet the American Clinical Neurophysiology Society qualification guidelines, in terms of the objectivity of the Impression and the explanation of the Clinical Correlation. d.The contractor shall provide all supplies, equipment, personnel, and supervision necessary to interpret EEG studies. e.The contractor will collaborate with providers at the WTVAHCS and communicate findings via telephone to appropriate VA personnel. f.EEGs will be performed at the WTVAHCS Medical Center during the hours of 8:00 a.m. to 4:30 P.M. CST, Monday through Friday, with the exception of federal holidays/observed holidays. Interpretation reports must be completed and returned to the WTVAHCS within 48 hours; EEG studies received by the contractor on Fridays will be returned to the WTVAHCS the following Monday (following Tuesday if Monday is a federally observed holiday). g.The contractor will provide a secure method of EEG study/report transmission in order for VA personnel to submit EEG studies for interpretation and then retrieve or receive Interpretation Reports. The current method of communication is a secured contractor owned website, allowing VA employees to "login" and access information. E-mail transmission will not be used, as it does not provide sufficient security. h.Interpretation Reports will become the property of the Department of Veteran's Affairs and will become part of the patient's official medical record. i.VA diagnostic administrative personnel will serve as the administrative contact for Interpretation Reports. j.The contractor shall provide a minimum of two (2) past performance references for recent and relevant work it has performed in the past three (3) years. Each past performance reference shall include the following information: Contract Number; Contract Period of Performance Dates; Name of the Organization that awarded the contract; and, the Name, Email Address and Telephone Number of the Contracting officer, manager and/or Contract Specialist/Administrator. The Government may also review Past Performance data in the Past Performance Retrieval System (PPIRS), wherever necessary or applicable. 2.INTERPRETATION REPORTS Interpretation Reports shall include the following information: a.Introduction: The introduction shall begin with a statement describing the preparations, if any, provided to/by the patient prior to the EEG recording session. b.Description: The description of the EEG shall include all characteristics of the record, both normal and abnormal. Characteristics are to be presented in an objective manner, and avoiding, to the maximum extent practical, judgements concerning characteristics significance. c.Interpretation: a.Impression: i.The impression is the interpreter's subjective statement concerning the normality or abnormality of the record. ii.Clinical Correlation: The clinical correlation should be an attempt to explain how the EEG findings fit/do not fit the total clinical picture. This explanation should be worded in such a way that staff not versed in EEGs or Neurology can understand the explanation. 3.PERIOD OF PERFORMANCE Base Year:10/01/2015 - 09/30/2016 Option Year 1:10/01/2016 - 09/30/2017 Option Year 2:10/01/2017 - 09/30/2018 Option Year 3:10/01/2018 - 09/30/2019 Option Year 4: 10/01/2019 - 09/30/2020 4.PLACE OF PERFORMANCE Contractor site 5.FAR 37.4 REQUIREMENTS a.The government intends to enter into a firm-fixed-price task order for non-personal health care services. b.The government may evaluate the quality of professional and administrative services provided, but retains no control over the medical, professional aspects of services rendered (e.g., professional judgments, diagnosis for specific medical treatment). c.The contractor is required to indemnify the government for any liability producing act or omission by the contractor, its employees and agents occurring during performance. d.The contractor is required to maintain medical liability insurance, in a coverage amount acceptable to the Contracting Officer (CO), which is not less than the amount normally prevailing within the local community for the medical specialty concerned. e.The contractor is required to ensure that its subcontracts for provisions of health care services contain the requirements of the clause at 52.237-7, including the maintenance of medical liability insurance. 6.PRIVACY AND INFORMATION SECURITY The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. The C&A requirements do not apply, and that a Security Accreditation Package is not required. A contractor/subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures. Custom software development and outsourced operations must be located in the U.S. to the maximum extent practical. If such services are proposed to be performed abroad and are not disallowed by other VA policy or mandates, the contractor/subcontractor must state where all non-U.S. services are provided and detail a security plan, deemed to be acceptable by VA, specifically to address mitigation of the resulting problems of communication, control, data protection, and so forth. Location within the U.S. may be an evaluation factor. The contractor or subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the contractor or subcontractor's employ. The Contracting Officer must also be notified immediately by the contractor or subcontractor prior to an unfriendly termination. Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). VA information should not be co-mingled, if possible, with any other data on the contractors/subcontractor's information systems or media storage systems in order to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the contractor must ensure that VA's information is returned to the VA or destroyed in accordance with VA's sanitization requirements. VA reserves the right to conduct on-site inspections of contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are in compliance with VA directive requirements. The contractor/subcontractor shall not make copies of VA information. If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12. Comply with the Privacy Act of 1974 (the Act) and the agency rules and regulations issued under the Act. VA prohibits the installation and use of personally-owned or contractor/subcontractor-owned equipment or software on VA's network. If non-VA owned equipment must be used to fulfill the requirements of a contract, it must be stated in the service agreement, SOW or contract. All of the security controls required for government furnished equipment (GFE) must be utilized in approved other equipment (OE) and must be funded by the owner of the equipment. All remote systems must be equipped with, and use, a VA-approved antivirus (AV) software and a personal (host-based or enclave based) firewall that is configured with a VA- approved configuration. Software must be kept current, including all critical updates and patches. Owners of approved OE are responsible for providing and maintaining the anti-viral software and the firewall on the non-VA owned OE. Bio-Medical devices and other equipment or systems containing media (hard drives, optical disks, etc.) with VA sensitive information must not be returned to the vendor at the end of lease, for trade-in, or other purposes. The option is exercised here is: Vendor must accept the system without the drive. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training; Successfully complete the appropriate VA privacy training and annually complete required privacy training; and Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document - e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements.] The contractor shall provide to the contracting officer and/or the COTR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. (vii) Period of Performance: The Contract is effective after award for a one (1) year Base period and four (4) one year Options exercised at the Government's discretion. Services shall not be performed by the Contractor after dates indicated, unless authorized by the Contracting Officer in writing. Place of Performance Contractor's Site (viii) Provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition: 52.212-1 Instructions to Offerors - Commercial items (APR 2014) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS Submission of Offers: All questions must be in writing & emailed to asha.vidal@va.gov. All questions must be received NLT 10:00 AM EST on May 22, 2015. The Government reserves the right to refrain from answering questions not meeting this timeline, if doing so, would result in an amendment requiring an extension of the solicitation and to extend would not be in the best interest of the Government. SUBMITTAL INSTRUCTIONS: Submit the following in two separate files via email to asha.vidal@va.gov. 1. File #1: Price/Cost Schedule.doc 1.Cover letter titled File#1. 2.Include Amendments, signed and dated, if issued 3.The price proposal shall be submitted on Attachment A "Price/Cost Schedule". 2. File #2: Technical_Proposal.doc 1.Cover letter titled File#2. 2.The Technical Proposal document should follow (b)(1) of VAAR 852.273-73 EVALUATION - HEALTH-CARE RESOURCES (JAN 2003) as outlined later on in this solicitation document. 3. Each item in the Technical Proposal document must clearly identify which area of the requirements section of the statement of work it is addressing. 4.No price information shall be included in the technical proposal (File #2). All documents must be scanned and sent via email to asha.vidal@va.gov before the closing date and time of the solicitation. No other submission formats will be accepted. Do not include Personally Identifiable Information (e.g.Social Security Numbers) on any documentation presented in the solicitation unless contacted and requested telephonically by the Contracting Specialist. 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) (FEB 2015) 52.204-16 - Commercial and Government Entity Code Reporting (NOV 2014) 52.204-17 Ownership or Control of Offeror (NOV 2014) 52.217-5 Evaluation of Options (JUL 1990) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) 852.271-70 Nondiscrimination in Services Provided to Beneficiaries (JAN 2008) 852.273-74 Award Without Exchanges (JAN 2003) (ix) 52.212-2 - Evaluation - Commercial Items does not apply to this solicitation since the requirement is for Health-Care Resources. VAAR 852.273-73, Evaluation-Health-Care Resources applies to this solicitation. VAAR 852.273-73 EVALUATION - HEALTH-CARE RESOURCES (JAN 2003) (a) The Government will utilize the Lowest Priced Technically Acceptable (LPTA) evaluation method to make a best value award. A decision on the technical acceptability of each offeror's quotations will be made. For those offerors which are determined to be technically acceptable, award will be made to that vendor with the lowest overall price. While the Government will strive for maximum objectivity, the technical go/no go process, by its nature, is subjective; therefore, professional judgment is implicit throughout the evaluation process. The Government intends to make an award based on the initial quotations. If further questions are required, the contracting officer may contact the Offeror or offerors. Award will be made to the responsible Offeror whose quotation conforms to all solicitation requirements, such as terms and conditions, representations and certifications, technical requirements, and also provides the best value to the Government based on the results of the evaluation described in paragraph (b) below. (b) The LPTA evaluation process will be accomplished as follows: (1) Technical Acceptability. Each offeror's technical quotation will be evaluated to determine if the Offeror provides a sound, compliant approach that meets the requirements of section 1. REQUIREMENTS of the STATEMENT OF WORK, and demonstrates a thorough knowledge and understanding of those requirements. An evaluation rating of Technically Acceptable/Non-Acceptable will be assigned upon completion of the technical quotations' evaluation. If an Offeror receives a technical rating of "Non-Acceptable," that Offeror will not be considered for contract award. Technical quotations shall be limited to no more than 8 pages using Microsoft Word format, 12pt Times New Roman font, double-spaced with 1 inch margins. (2) Price Quotations. The offeror's Price Quotations will be evaluated by CLIN level and the Offerors with the lowest overall Price will be ranked accordingly. (i) If adequate price competition is not obtained or if price reasonableness cannot be determined using price analysis of Government-obtained information, additional information in accordance with FAR 15.4 may be required to support the proposed price. (ii) Balance: In addition, offerors are cautioned against submitting an offer that contains unbalanced pricing. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items including the Base year and the Option years, is significantly overstated or understated as indicated by the application of analysis techniques. The Government will analyze offers to determine whether there are unbalanced separately priced line items. Prices submitted will be compared and evaluated to assure that a logical progression exists as related to price changes within each offeror's response to the pricing structure in the line items. Offers that are determined to be unbalanced may be rejected if the lack of balance poses an unacceptable risk to the Government. Quotations shall be evaluated, for award purposes, based upon the total price proposed for the basicrequirements (basic award) and all options and other price-related issues. The sum of all the CLINs (Base Year and Options) will represent the total evaluated price. (c) Except when it is determined not to be in the Government's best interest, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are materially unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (d) If this solicitation is a request for quotes (RFQ), a written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) 52.212-3, Offeror Representations and Certifications-Commercial Items (MAR 2015) is included in this solicitation, and the offeror must include a completed copy of this provision with its proposal or be currently registered within http://www.sam.gov. A copy of the provision may be attained from http://www.acquisition.gov/far/index.html (FAR); if not provided, the offer may not be considered for award. (xi) 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2015), apply to this acquisition with the following addenda: 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015) 52.204-18 Commercial and Government Entity Code Maintenance (NOV 2014) 52.216-18 Ordering (OCT 1995) 52.216-22 Indefinite Quantity (OCT 1995) 52.217-8 Option to Extend Services (NOV 1999) 852.203-70 Commercial Advertising (JAN 2008) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) (xii) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following Provisions identified at paragraph (b) of FAR 52.215-5 are considered checked and are applicable to this acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUL 2013) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28 Post Award Small Business Program Re-representation (JUL 2013) 52.222-3 Convict Labor (JUNE 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.222-54 Employment Eligibility Verification (AUG 2013) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) (xiii) Additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices: N/A (xiv) Defense Priorities and Allocations System (DPAS) Rating: N/A. (xv) Quotes/Offers are due in writing NLT 4:00 PM EST on May 29, 2015. Only electronic offers will be accepted. Submit quotations via email to: Asha Vidal, NCO 18, Contract Specialist (CTR) Email: asha.vidal@va.gov Telephone: 915-217-1253 All offers must include the solicitation number. Quotes/Offers received after the afore-mentioned date and time may not be considered for award. (xvi) Contact Information Contracting Office Address: Network Contracting Office 18 - SAO West Department of Veterans Affairs 11495 Turner Road, Room#120 El Paso, TX 79936
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAEPHCC756/VAEPHCC756/VA25815Q0424/listing.html)
- Document(s)
- Attachment
- File Name: VA258-15-Q-0424 VA258-15-Q-0424.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2067703&FileName=VA258-15-Q-0424-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2067703&FileName=VA258-15-Q-0424-000.docx
- File Name: VA258-15-Q-0424 TS02 Attachment A - Price-Cost Schedule.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2067704&FileName=VA258-15-Q-0424-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2067704&FileName=VA258-15-Q-0424-001.docx
- File Name: VA258-15-Q-0424 TS02 Attachment B - Business Associate Agreement 02.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2067705&FileName=VA258-15-Q-0424-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2067705&FileName=VA258-15-Q-0424-002.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA258-15-Q-0424 VA258-15-Q-0424.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2067703&FileName=VA258-15-Q-0424-000.docx)
- Record
- SN03741787-W 20150528/150526234348-3767b7a47b9609361016323eff08b37b (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 |