Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
DOCUMENT

Q -- Williston and Dickinson North Dakota CBOCs - Attachment

Notice Date
7/22/2016
 
Notice Type
Attachment
 
NAICS
621498 — All Other Outpatient Care Centers
 
Contracting Office
Department of Veterans Affairs;NCO 23 - Minneapolis;708 S. Third St., Suite 200E;Attention: Scott E. Hendrix;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26315R0126
 
Response Due
8/25/2016
 
Archive Date
11/23/2016
 
Point of Contact
Scott E. Hendrix
 
Small Business Set-Aside
N/A
 
Description
CONTINUATION PAGE Summary to Solicitation Amendment A00001: Paragraph 6.5.1.2 of the Performance Work Statement (PWS) which currently reads: All rooms (floor, wall, ceilings all considered as part of the room assembly) shall have a room STC rating of at least 50 to significantly reduce sound transmission between rooms. The contractor shall provide independently certified test reports for all rooms in the site being proposed for the VA clinic under this contract. Is hereby changed to read: All rooms (floor, wall, ceilings all considered as part of the room assembly) shall have a room STC rating of at least 45 to significantly reduce sound transmission between rooms. The contractor shall provide independently certified test reports for all rooms in the site being proposed for the VA clinic under this contract. Paragraph 6.4.2 of the PWS which currently reads: Facility Requirements. The facility design will meet all VA and GSA standards utilizing the Architectural Barriers Act Accessibility Standard (ABAAS) (which can be viewed or downloaded at http://www.access-board.gov/ada-aba/final.cfm ) for Federal Facilities; and that complies with all local, State of Missippi, and Federal building requirements for a medical clinic as identified herein. In addition, VA uses the Barrier Free Design Guide (which can be viewed or downloaded at http://www.cfm.va.gov/til/dGuide/dgBarrFree.pdf) to meet the needs of the Department of Veterans Affairs in its health care facilities. For information on design specifications for VA CBOC facilities can be located in the VA design guide for CBOC's from the Office of Facilities Management which can be downloaded at (http://www.cfm.va.gov/til/dGuide/dgLBOPC-05-attB.pdf) which are provided as informational only. Is hereby changed to read: Facility Requirements. The facility design will meet all VA and GSA standards utilizing the Architectural Barriers Act Accessibility Standard (ABAAS) (which can be viewed or downloaded at http://www.access-board.gov/ada-aba/final.cfm ) for Federal Facilities; and that complies with all local, State of North Dakota, and Federal building requirements for a medical clinic as identified herein. In addition, VA uses the Barrier Free Design Guide (which can be viewed or downloaded at http://www.cfm.va.gov/til/dGuide/dgBarrFree.pdf) to meet the needs of the Department of Veterans Affairs in its health care facilities. For information on design specifications for VA CBOC facilities can be located in the VA design guide for CBOC's from the Office of Facilities Management which can be downloaded at (http://www.cfm.va.gov/til/dGuide/dgLBOPC-05-attB.pdf) which are provided as informational only. Paragraph 4.4.16 which currently reads: TELEHEALTH SERVICES Contractor shall implement VHA guidance for Outpatient Site of Care Telehealth in requirements. Telehealth involves the delivery of clinical care in situations in which patient and provider are separated by geographic distance. It is the responsibility of the contractor to ensure that in the event of a patient emergency, e.g. acute medical event, violence, behavioral, or threat of self-harm that explicit VHA processes are in place that ensure a distance provider can alert the onsite clinic and telehealth staff to institute the appropriate actions to protect patients and/or staff from harm. These processes must be regularly checked to ensure they are operational and meet specified response times. Links to VA telehealth resources that detail clinical, technology and business associated processes. These are provided for information and to guide the contractor in configuring the telehealth services that VA requires. The contractor cannot assume that all clinical, technology, business, regulatory and legal aspects of telehealth that apply to VA and VA practitioners will automatically apply to a third party contracting for telehealth-related services with VA. It is the responsibility of the contractor to ensure that all services provided by a third party to VA using telehealth meet all such requirements. The Fargo VAHCS will assume responsibility for the cost, installation, and maintenance of Telehealth equipment to include a direct phone line to the Fargo VA to support this initiative. The equipment, unless otherwise agreed upon in writing, is used solely for providing care to VA patients. Problems or concerns regarding VA Telehealth equipment or clinics should be promptly brought to the attention of the Telehealth liaison point of contact. The VA will require 3 rooms dedicated for VA Telehealth appointments composed of 120 square feet per room. Is hereby changed to read: TELEHEALTH SERVICES Contractor shall implement VHA guidance for Outpatient Site of Care Telehealth in requirements. Telehealth involves the delivery of clinical care in situations in which patient and provider are separated by geographic distance. It is the responsibility of the contractor to ensure that in the event of a patient emergency, e.g. acute medical event, violence, behavioral, or threat of self-harm that explicit VHA processes are in place that ensure a distance provider can alert the onsite clinic and telehealth staff to institute the appropriate actions to protect patients and/or staff from harm. These processes must be regularly checked to ensure they are operational and meet specified response times. Links to VA telehealth resources that detail clinical, technology and business associated processes. These are provided for information and to guide the contractor in configuring the telehealth services that VA requires. The contractor cannot assume that all clinical, technology, business, regulatory and legal aspects of telehealth that apply to VA and VA practitioners will automatically apply to a third party contracting for telehealth-related services with VA. It is the responsibility of the contractor to ensure that all services provided by a third party to VA using telehealth meet all such requirements. The Fargo VAHCS will assume responsibility for the cost, installation, and maintenance of Telehealth equipment to include a direct phone line to the Fargo VA to support this initiative. The equipment, unless otherwise agreed upon in writing, is used solely for providing care to VA patients. Problems or concerns regarding VA Telehealth equipment or clinics should be promptly brought to the attention of the Telehealth liaison point of contact. The VA will require 3 rooms dedicated for VA Telehealth appointments composed of 175 square feet per room. ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS; PART I - PRICE PROPOSAL (d) which currently reads: (d)The Contractor must return a signed: Business Associate Agreement, Contractor Rules of Behavior, Immigration and Nationality Act Certification, Organizational Conflict of Interest, QASP, and VHA Compliance Information (See Attachments 1- 6) Is hereby changed to read: (d)The Contractor must return a signed: Contractor Rules of Behavior, Immigration and Nationality Act Certification, Organizational Conflict of Interest, QASP, and VHA Compliance Information (See Attachments 1- 5) 52.212-2 EVALUATION-COMMERCIAL ITEMS (OCT 2014); Factor 2 Past Performance (b) which currently reads: (b). The Government will evaluate the offerors ability to successfully perform the service based on demonstrated past and present experience under recent and relevant contracts. Recent is defined as projects performed in the last three (3) years. Relevant is defined as contracts involving the delivery of Community Based Outpatient Clinic (CBOC) services. Is hereby changed to read: (b). The Government will evaluate the offerors ability to successfully perform the service based on demonstrated past and present experience under recent and relevant contracts. Recent is defined as projects performed in the last three (3) years. Relevant is defined as contracts involving the delivery of Community Based Outpatient Clinic (CBOC) services or the same services in a clinical setting that are similar in size and complexity. ? The following is a list of Vendor questions with answers: Questions for the Dickinson and Williston Proposal (RFP VA263-15-R-0126) 1.In section 6.5.1.2, please confirm that the Government would like an STC rating of 50 for all rooms. (Attachment 9 calls for a rating of 45.) A - Use and STC rating of 45. Section 6.5.1.2 amended by solicitation amendment A00001. 2.Does the VA require the clinic have STC rating validation? Who is responsible for testing, the VA or contractor? A - Yes. The contractor shall test and provide a report to the VA as noted in 6.5.1.2. 3.Do the incumbent sites meet the STC rating? If not, will the facilities be required to be brought up to comply with the standard? A - The STC rating for this requirement is stated in PWS section 6.5.1.2. 4.Can the Government confirm that a sterile clean storage room is required at each CBOC (page 25) with a separate air conditioning system. A - A sterile storage room is required at each CBOC. No requirement for a separate air conditioning system, but HVAC standards noted in the solicitation for a sterile storage room are required to be met. 5.Please indicate if a conference room with minimum size is required to be in the CBOC. A - A "multipurpose group conference room" is required at each CBOC per the solicitation requirements. 6.Is a physician (MD) required as the provider in a PACT teamlet? Can a midlevel function as the highest level of clinic provider? A - The requirement is for an MD physician. 7.If a physician is required as a provider, what is the minimum FTE level required? A - A part of an offeror's proposal will include proposed staffing in order to meet the requirements. 8.During an unanticipated provider absence, can a credentialed, mid-level provider see patients if they are supervised by the physician at the other clinic? A - Yes. Temporary coverage can be by any appropriately licensed provider. "Temporary" is defined by the Choice Act/business rules for stationing a full-time physician at each CBOC. 9.According to PACT guidelines, a 0.5 FTE LCSW is required in each CBOC. Can the contractor provide one full time LCSW and allow them to provide services to the other CBOC via tele-health. A - Yes, but there is an expectation for some face-to-face presence at each site. This will depend on the professional judgement of the clinician as to the needs of the population, but there should be a minimum of at least monthly face-to-face presence at both sites. 10.Should an LCSW vacancy occur can the contractor staff via tele-health from another clinic on a temporary basis? A - Yes. 11.With the upcoming changes to the FLSA exemption criteria, is it the Government's preference to bid based on the current requirements and submit a modification if required, or bid based on the new requirements of December 1, 2016? A - Since the solicitation states that the period of performance is anticipated to start on 04/01/2017, an offeror should base their proposal on any conditions they know will be in effect at the anticipated start date of the resulting contract. 12.On page 81 of the RFP, section 6.4.2 specifically notes that the facility requirements must comply with the State of Mississippi building requirements. Please confirm that this is intended to be the State of North Dakota building requirements. A - Section 6.4.2 should state "North Dakota". Section 6.4.2 amended by solicitation amendment A00001. 13.How many data drops are required per room? A - This is specified under the Space Requirements for each room. If there is no specific requirement listed, 2 phone/data outlets per room on opposite walls are required. 14.If a traveling veteran is required to see a provider at the contracted CBOC, will the contracted be reimbursed for seeing the veteran? If contractor is being reimbursed what is the procedure used for reimbursement? A - See section 4.4.24 of the Performance Work Statement. 15.Will the Government consider extending the proposal due date (2-4 weeks) to give the contractors time to adjust their proposals based answers to these questions? A - See solicitation Amendment A00001. 16. Paragraph 2.1.3 of the Solicitation refers to a "primary care provider (MD)" and paragraph 2.1.5.1.1. refers to "provider (MD)". Is an MD the only acceptable primary care provider for these services, or are other providers acceptable as well (e.g. DO, NP, etc.)? A - Yes only MD which includes DO. 17. Should Factor 3 "Veterans Preference" be included with Part I - Price Proposal? A - Factor 3 "Veterans Preference" information may be included with Part I - Price Proposal. 18.Section 4.4.16 "Telehealth Services" requires that telehealth rooms have 120 square feet, while Attachment 9 requires that telehealth rooms have 175 square feet. Could the Government clarify the required square footage for telehealth rooms? A - 175 square feet in order to allow for all of the required equipment to be in the room with the patient and the provider. Section 4.4.16 amended by solicitation amendment A00001. 19.Section 2.1.5 states, "Other PACT members such as pharmacists, social workers, and dieticians are critical to effective and efficient PACT delivery. With the exception of social worker requirements set forth elsewhere in this document, Expanded Team staffing will not be required until CBOC enrollment reaches five patient panels (6,000 enrollees)" However, there are no social worker requirements set for elsewhere in the Solicitation. Could the Government clarify if social workers required to be provided by the contractor? If so, at what staffing level? A - Staffing requirements are as outlined. For Social Worker, 1.0 FTEE/2 panels 20.Who is the current incumbent? A - CR Associates. 21.What was the initial award date of the current contract? A - The current contract was awarded on 03/01/2016. 22.What is the actual number of veterans being treated at Dickinson CBOC? A - Per PCMM - 1041 23.What is the actual number of veterans being treated at Williston CBOC? A - Per PCMM - 1070 24.Since ND is a full practice State for Nurse Practitioners, will the VA allow an NP to be the main provider with MD monthly oversight? A - No, MD is the requirement outlined for CHOICE. 25.Can you include the most current wage determination for these clinics? A - The most current wage determination was included with the initial solicitation posting as "Attachment 8 - WD 2005-2407 Rev 17 dated 12-29-2015". 26.We are unable to locate the Business Associate Agreement listed in Part I - Price Proposal (d). Can the Government please provide a copy of the Agreement for the offerors to complete? A - This is a misprint. There is no requirement for a Business Associate Agreement. This language is corrected by solicitation amendment A00001. 27. For offerors interested in bidding on the Dickinson CBOC and the Williston CBOC, can a combined proposal be submitted? Or must it be two separate proposals? A - The requirement is for two (2) CBOC locations. There has been no language in the solicitation that calls for separate proposals. It is expected that responsive offers will include both locations. 28.If the answer to the question above is two separate proposals, will the Government please consider allowing our past performance questionnaire references to fill out just one PPQ for both proposals? A - See answer above. 29.Will the government allow for a 2 page executive summary in the past performance volume? A - There is nothing in the Proposal Submittal Instructions that precludes an executive summary. 30.Can text in tables and graphics be 10pt font? A - Yes. 31.According to the relevancy definition in the Evaluation section, "Relevant is defined as contracts involving the delivery of Community Based Outpatient Clinic (CBOC) services." Will the government please consider broadening the definition of relevancy to contracts that perform the same services in a clinical setting that are similar in size and complexity? We are confident that contracts of this nature (non-CBOC contracts) can show the Offeror's ability to successfully perform the required services of this solicitation. A - The definition of "relevant" has been broadened. See solicitation amendment A00001.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26315R0126/listing.html)
 
Document(s)
Attachment
 
File Name: VA263-15-R-0126 A00001 VA263-15-R-0126 A00001_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2893350&FileName=VA263-15-R-0126-A00001000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2893350&FileName=VA263-15-R-0126-A00001000.docx

 
File Name: VA263-15-R-0126 A00001 S06 VA263-15-R-0126 A00001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2893351&FileName=VA263-15-R-0126-A00001001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2893351&FileName=VA263-15-R-0126-A00001001.docx

 
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: Department of Veterans Affairs;Fargo VA Health Care System;2101 Elm Street N.;Fargo, ND
Zip Code: 58102
 
Record
SN04192784-W 20160724/160722234238-e11f04878149b6961885f13cc9b69f90 (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.