DOCUMENT
Q -- NEUROPHYSIOLOGY Posted Pre-solicitation notice 6/22/2015|EDA 8/1/2015| MS: Pre-solicitation| Re-assigned to Kathy Policicchio|working on solicitation|EDA: 4/15/15 | MS: AP | Status: 8/27/14 - - Attachment
- Notice Date
- 6/23/2015
- Notice Type
- Attachment
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4
- Solicitation Number
- VA24415R0097
- Response Due
- 7/13/2015
- Archive Date
- 7/28/2015
- Point of Contact
- SHAWN.SMITH@VA.GOV
- E-Mail Address
-
Kathleen.Policicchio@va.gov
(Kathleen.Policicchio@va.gov)
- Small Business Set-Aside
- N/A
- Description
- The VA Pittsburgh Healthcare System, 1010 Delafield Road, Pittsburgh, PA 15215 requires the services of licensed Neurophysiologists and Neuro-technicians to perform neurophysiologic operative procedures at the VA Pittsburgh Healthcare, University Drive, Pittsburgh, PA 15240. The contractor shall provide comprehensive neurophysiology services for operative procedures listed in the Schedule of Services and Prices/Costs (the Schedule) to be performed on-site at the VA Pittsburgh Healthcare System (VAPHS), University Drive, Pittsburgh, PA 15240. Services shall be performed in accordance with the requirements specified in the solicitation and in accordance with the technical/logistical approach presented by the contractor and agreed to by VAPHS. The contractor's group performing services will be responsible for a full spectrum of direct intraoperative monitoring, analysis, and reporting of findings to surgical staff as well as documentation in the patient medical record. The VAPHS prefers that intraoperative feedback be provided during the actual performance of the procedure being monitored; such 'real time' feedback, if included, will be delineated in the contractor's technical/logistical approach. The services to be performed by the contractor will be monitored for quality of patient care by the VA Pittsburgh Healthcare System's Chief of Staff and Vice President, Surgery Service Line. NEUROPHYSIOLOGIST SERVICES: Neurophysiologists will directly supervise the work of all technician staff and will provide monitoring services intra-operatively. Neurophysiologists will provide diagnostic evaluation, intraoperative and intensive care neurophysiological monitoring, and transcranial Doppler evaluations. They will prospectively determine monitoring modalities for each case and communicate this to the technicians, and will determine when specific cases require additional on-site staffing. The neurophysiologist providing coverage during a case will make judgments regarding intraoperative readings during that case and will remain in communication with the assigned technician intra-operatively regarding his/her clinical findings. He/she will provide all necessary direction to the technologist during the entirety of each surgical procedure and will complete and insert a formal intraoperative case report in the patient's electronic patient record within 2 weeks of the procedure. Neurophysiologists will also be required to participate in any VAPHS quality improvement activities as requested. NEUROTECHNOLOGIST SERVICES: Under supervision, technician staff will perform multiple modality evoked potentials on patients in the Operating Room at the VAPHS. They will be responsible for setting up all necessary OR equipment and supplies necessary for neurophysiological intraoperative monitoring and the placement of suitable electrodes on predetermined measured positions on the patient's body. They will be sufficiently knowledgeable to test equipment prior to use and to make any adjustments in the equipment settings that are required. They will select predetermined electrode combinations as well as non-standard assortments as necessary. They will obtain standard recordings and report on-going status of patient's nervous system to the surgeon. They will also maintain constant communication with a supervisory neurophysiologist during each operative procedure and will accept direction from the neurophysiologist. Under the direction of the supervisor the technician will relay information to the surgeon. Technicians will recognize artifacts in the data differentiate them from evoked potential patterns and take appropriate steps to eliminate them. They will obtain patient medical information when requested and will translate test results from computer files to a hard copy report for physician interpretation. Technician staff will also be responsible for removing electrodes post procedure and returning equipment to specified locations upon completion of each procedure. At all times during procedures in the operating room, the ratio of neuro-technologist to patient will be 1 to 1. Competitive pricing shall be solicited and the VA Healthcare System anticipates awarding an Indefinite Delivery, Indefinite Quantity contract with a period of performance beginning on 8-1-2015 and expiring on 7-31-2020. The applicable North American Industry Classification System Codes (NAICS) are 621111 (Office of Physicians) and the size standard is $11 million. The Contractor shall propose __4.25__ key personnel to be credentialed and be available for scheduling to meet the requirements of the contract. A list of the neurophysiological procedures is as follows: EEG Intraop, EEG Extracranial Procedure, SEP Upper Extremity, SEP Lower Extremity, SEP 4 Extremities, SEP - Pudendal/Trigeminal, VEP, BAEP (Limited), Cortical Mapping, Electrocorticogram, EMG, Left/Right, Bilateral, EMG Larynx, EMG Thoracic, EMG Extremities, EMG Sphincter, TcMEP. Evaluation Factors for this procurement are as follows: FACTOR 1 -TECHNICAL CAPABILITY AND APPROACH SUBFACTOR 1A - CONTRACT STAFFING SUBFACTOR 1B -- EXPERIENCE SUBFACTOR 1C -- MANAGEMENT FACTOR 2 - PAST PERFORMANCE FACTOR 3 - PRICE Please read Instructions to Offerors in Proposal for directions on submitting the proposals. Price Proposal will be separate from the Technical Proposal. All Proposals should be e-mailed to Shawn.Smith@va.gov. This acquisition is conducted under the Federal Acquisition Regulation (FAR) Part 12 regarding the acquisition of commercial items. This requirement is being set aside 100% for small businesses. Proposals received from other than small business concerns will be deemed unacceptable and will be given no further consideration. The RFP will be available on or about June 25, 2015 through the Federal Procurement website at www.fbo.gov. NO HARD COPIES OF THE RFP SHALL BE MAILED. REQUESTS FOR HARD COPIES SHALL NOT BE ACKNOWLEDGED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24415R0097/listing.html)
- Document(s)
- Attachment
- File Name: VA244-15-R-0097 VA244-15-R-0097_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2123588&FileName=VA244-15-R-0097-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2123588&FileName=VA244-15-R-0097-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA244-15-R-0097 VA244-15-R-0097_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2123588&FileName=VA244-15-R-0097-001.docx)
- Record
- SN03773996-W 20150625/150623235925-c9ac7c5872ea6664f6acb9d002a5f0b0 (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 |