Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 21, 2016 FBO #5172
DOCUMENT

Q -- Orthotic Fabrication and Repair - Attachment

Notice Date
1/19/2016
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
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
VA26216N0322
 
Response Due
2/19/2016
 
Archive Date
5/19/2016
 
Point of Contact
Andre Jeanpierre
 
Small Business Set-Aside
N/A
 
Description
Department of Veterans Affairs Service Area Office West, Network Contracting Office-22 Exchange with Industry Day What: Exchange with Industry Day! In accordance with FAR Part 15.201, Network Contracting Office-22 (NCO-22) will be hosting an Exchange with Industry Day to present and discuss the upcoming Orthotic Fabrication and Repair requirement for Veterans Integrated Service Network-22 (VISN-22). Who's Invited: All interested vendors with Orthotic Fabrication and Repair capability within the VISN-22 Region (Los Angeles, Long Beach, Loma Linda, San Diego, and Southern Nevada) and who hold a North American Industry Classification System (NAICS) Code 339113 Surgical Appliance and Supplies Manufacturing (See Sources Sought Notice on the following pages). What to Expect: NCO-22 Contracting Officers will discuss the upcoming requirement for Orthotic Fabrication and Repair, present how to read a VA Solicitation, how to respond to a Solicitation and Post Award Contract Management. Our Small Business Advisor will present an overview of FedBizOps and System for Award Management (SAM) requirements. At the end of the day, we will have a question and answer session. When: Friday, February 26, 2016, 9:00am to 3:00pm PST Where: NCO-22, 4811 Airport Plaza Dr., Long Beach, CA 90815 (First Floor Training Room) Registration. Pre-Registration is required as space is limited to no more than two (2) people per Vendor. RSVP: Pre-register by contacting Andre Jeanpierre at Andre.Jeanpierre@va.gov or 562-766-2235 no later than Friday, February 19, 2016, 4:00pm PST. We will need the name of your company, names of the people attending and their phone number and email addresses. Questions. Questions about this event should be directed to Cynthia Dunbar, Chief, Prosthetics Branch, NCO-22 at Cynthia.Dunbar3@va.gov, 562-766-2301 or Andre Jeanpierre, Contracting Officer, contact info above. Sources Sought Notice 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 and their size classification (hubzone, 8(a), small, small disadvantage, small veteran owned business or service disabled veteran owned small business) relative to NAICS 339113 (size standard of 500 Employees). Responses to this synopsis 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 in the Fedbizops or eBuy website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. The Department of Veterans Affairs (VA), Veterans Integrated Service Network (VISN) 22, has an ongoing program to furnish Orthotic appliances and related services to those Veterans that require them and are eligible for assistance. The range of services shall encompass HCPCS codes: L0100-L4999, A4466, A5500-A5513, A6501-A6549. It is VA's intention to solicit proposals and award multiple contracts on a competitive basis under the authority of Title 38 U.S.C. Section 8123. The Orthotics and related services are to be provided to the following facilities: 1. VA San Diego Healthcare System 3350 LaJolla Village Drive San Diego, CA 92161 Coverage: CA Counties-San Diego, Imperial, Riverside 2. VA Long Beach Healthcare System 5901 East Seventh Street Long Beach, CA 90822 Coverage: CA Counties-Los Angeles, Orange 3. VA Greater Los Angeles Healthcare System 11301 Wilshire Boulevard Los Angeles, CA 90073 Coverage: CA Counties-Los Angeles, Kern, Ventura, Santa Barbara, San Luis Obispo 4. VA Loma Linda Healthcare System 11201 Benton Street Loma Linda, CA 92357 Coverage: CA Counties: Riverside, Orange, San Bernardino 5. VA Southern Nevada Healthcare System 3131 La Canada - Suite 230 Las Vegas, NV 89109 Coverage: NV Counties-Esmeralda, Nye, Lincoln, Clark; AZ County-Mojave; UT County: St. George; CA County-San Bernardino GENERAL REQUIREMENTS A. Standards of Performance The Contractor shall fabricate all Orthotic appliances in strict conformance to the Orthotic prescription that has been provided by the VA Clinic Team. Contractors shall not add or substitute components or alter the beneficiary's Orthotic appliance prescription in any way without prior approval and written authority from the VA Clinic Team Orthotic Representative or designee. B. Educational and Training Requirements All contractors shall have a full-time Orthotist on staff at each of their locations, with current and valid credentials provided by the American Board Certified (ABC) or Board for Orthotist-Prosthetist Certification (BOC) in good standing. A waiver for this requirement may be granted on a case-by-case basis for branch offices only in the event that VA determines this requirement would place an undue burden on the Veteran. VA reserves the right to verify Orthotist(s) credentials anytime during the term of this contract. A copy of the ABC/BOC Orthotist Certification with which location he/she is on full-time staff must be included in the Technical proposal submission of this solicitation. In the event that VA determines that the contractor is not meeting the above requirements, VA may terminate the contract for cause in accordance with the applicable clauses listed in the contract. See FAR Clause 52.212-4 paragraph (m). C. Special Education Requirements for Certain Prostheses The fitting and alignment of the following orthotics/services must be performed under the supervision of an Orthotist who has met the applicable educational and training requirements, such as completion of a National Commission on Orthotic and Prosthetic Education (NCOPE) accredited educational program for Orthotics. At a minimum, training shall include educational seminars specific to the fabrication and servicing of advanced components that were presented by organizations such as National Association for the Advancement of Orthotics and Prosthetics (NAAOP), American Academy of Orthotics and Prosthetics (AAOP), American Orthotic and Prosthetic Association (AOPA), International Association of Orthotics and Prosthetics (IAOP), or a formal program which is specifically designed to train Orthotists in the fabrication of these items. Examples of such advanced Orthotic componentry would include spiral AFO/KAFO designs, stance control knee joints, RGO's, tenodesis orthoses, AFO or other devices that involve electrical stimulation of muscles, dynamic contracture orthoses, and any device that contains a microprocessor on-board unit. D. Approved Facilities The contractor's facilities shall be approved by the Facility Accreditation Program of the American Board for Certification in Orthotics and Prosthetics, Inc. (ABC) or the Accredited Facilities Program of the Board of Certification (BOC). All contractor facility locations which are used in this contract shall be listed in Exhibit 1 of this document. A copy of the ABC/BOC Facility Certification for each location must be included in the Technical proposal submission of this solicitation. Throughout the duration of this contract, notification of any facilities which are added, changed or closed must immediately be conveyed to both the Contracting Officer and the Contracting Officer Representative (COR) to obtain approval before it may be used for this contract; added new facilities must be ABC or BOC certified prior to any Veteran being seen or treated in the facility. If you are interested, and are capable of providing the required services please provide the requested information as indicated. 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 firm qualify as a small, emerging business, or small disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified "Hubzone" firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran Owned Small Business, (7) Is your firm a Veteran Owned Small Business? Small businesses considering participation in this potential solicitation process under any Small Business Set-aside procedure must do so in a manner consistent with the requirements of the Small Business Act. Responses to this notice shall be e-mailed to the attention of Andre Jeanpierre, Department of Veterans Affairs, Network Contracting Office-22 at andre.jeanpierre@va.gov or Faxed to number (562) 766-2357, Attention Andre Jeanpierre. Telephone responses will not be accepted. Email responses preferred. Responses must be received in writing no later than Friday, February 19, 2016, 1600hrs PST. This notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued it will 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 is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. 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. In accordance with FAR 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26216N0322/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-16-N-0322 VA262-16-N-0322_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2513878&FileName=VA262-16-N-0322-005.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2513878&FileName=VA262-16-N-0322-005.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03994828-W 20160121/160119234211-82994b4fe2a79aeeb86973151246f2ae (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.