DOCUMENT
Q -- Williston and Dickinson North Dakota CBOCs - Attachment
- Notice Date
- 11/9/2016
- 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
- VA26317R0013
- Response Due
- 11/29/2016
- Archive Date
- 2/27/2017
- Point of Contact
- Scott Hendrix
- Small Business Set-Aside
- N/A
- Description
- SUMMARY OF AMENDMENT A00001 Performance Work Statement (PWS) paragraph 2.5 TRAINING (ACLS / BLS/VA MANDATORY) which currently reads: 2.5. TRAINING (ACLS / BLS/VA MANDATORY): Contractor staff shall complete VA mandatory training as requested and complete AHA ACLS/BLS training and keep ACLS/BLS certifications current throughout the life of the contract. Copies of current certifications shall be provided to the COR. Is now changed to read: 2.5. TRAINING (ACLS / BLS/VA MANDATORY): Contractor clinical staff shall complete VA mandatory training as requested and complete AHA ACLS/BLS training and keep ACLS/BLS certifications current throughout the life of the contract. Copies of current certifications shall be provided to the COR. PWS paragraph 4.4.7 WAIVED TESTING REQUIREMENTS which currently reads: 4.4.7. WAIVED TESTING REQUIREMENTS VA RESPONSIBILITY: The VA will provide the test systems/instruments and reagents for contractor waived testing with the exception of fecal occult blood testing cards and developer. The Contractor must contact the VA Ancillary Testing staff prior to purchasing fecal occult blood test kits to ensure consistency of methodology/ manufacturer. If the VA changes fecal occult blood testing methodology/ manufacturer, the Contractor must comply with the change to maintain the same standard of care. All of these test systems/instruments are from manufacturers that have received 510(K) clearance from the FDA. The VA will provide test procedures and training materials, initial training, and annual competency assessment. The Ancillary Testing staff will make periodic visits to the Contractor s site and monitor the quality control and test results to ensure accuracy and, consistency, and adherences to VA policies and requirements. All waived testing at the Contractor s site will be under the oversight of the VA Ancillary Testing Program. The Contractor is required to use the same test systems/instruments; quality control and reagent lot numbers used for waived testing performed at the VA (see attached Ancillary Testing in Section D). When the VA Ancillary Testing Program upgrades waived test systems /instruments, the VA will furnish the Contractor with the new test systems/instruments to maintain the same standard of care. The Ancillary Testing staff will arrange for repair/ maintenance in the event of system/instrument failure. If required, the Contractor shall provide a courier to transport instruments and/or reagents to the Contractor or the VA Ancillary Testing staff for linearity/correlation studies and minor repairs. The VA will purchase proficiency testing materials for the Contractor, and the Contractor must comply with the Pathology and Laboratory Medicine, CAP and TJC requirements/regulations for testing proficiency materials and submitting results. Is now changed to read: 4.4.7. WAIVED TESTING REQUIREMENTS The contractor is responsible for the procurement of proficiency testing materials for all waived testing performed under this contract. Fargo VA Ancillary Testing staff will provide oversight for the procurement and testing of proficiency testing materials. The Contractor must comply with the Pathology and Laboratory Medicine, CAP and TJC requirements/regulations for testing proficiency materials and submitting results. E.2 ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS is hereby removed and replaced with the following: E.2 ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS This section provides general guidance for preparing proposals as well as specific instructions on format and content of the proposal. The Offeror s proposal must include all data and information requested herein, and must be submitted in accordance with these instructions. Non-conformance with the instructions provided herein may result in an unfavorable proposal evaluation. Proposals shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of the stated claims. The proposal should not simply rephrase or restate the Governments requirements, but shall address how the Offeror intends to meet these requirements. Offerors shall assume that the Government has no prior knowledge of their abilities and experience, and will base its evaluation on the information presented in the Offeror s proposal. Elaborate brochures or documentation, binding, detailed art work, or other embellishments are unnecessary and are not desired. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. SOLICITATION QUESTIONS: Questions concerning the solicitation will be accepted from the solicitation posting date until 1:00pm CST October 31, 2016. Questions will only be accepted by email at scott.hendrix@va.gov. INFORMATION REGARDING SUBMISSION OF PROPOSAL: Faxed proposals will NOT be accepted. Proposals will be accepted by mail or hand carried delivery to: Department of Veterans Affairs Network Contracting Office 23 (NCO 23) Attn: Scott Hendrix 708 S. Third Street, Suite 200E Minneapolis, MN 55415 Offerors proposals are to be submitted in three parts: (1) a price proposal (the Price Proposal ), (2) a technical proposal (the Technical Proposal ), and (3) Past Performance. The offeror shall include only one copy of each part. Pricing information shall be entered into the Schedule of Services section of the RFP (Paragraph B.5 Schedule of Services); no other version of a pricing schedule will be accepted. All envelopes shall be clearly marked with the RFP number at the lower left-hand corner. Each envelope shall be identified as "PRICE PROPOSAL, "TECHNICAL PROPOSAL", and PAST PERFORMANCE. The sealed envelope or package used to submit your proposal must show the time and date specified for receipt, solicitation number and name address of the offeror. Specific Instructions: 1. PART I PRICE PROPOSAL Submit one copy. (a) Complete blocks 12, 17a and b, and 30a through c of the RFP, page 1, Standard Form (SF) 1449, and all fill-ins in the Contract Administration Data section of the solicitation. In doing so, the offeror accedes to the contract terms and conditions as written in the solicitation in its entirety. (b) Insert proposed unit prices for each Contract Line Item Number (CLIN) including all option periods. All price proposals must be submitted using the Schedule of Services section of the RFP. The proposal must be submitted for a base year plus four (4) option years. (c) Complete the necessary fill-ins and certifications in the Contract Clauses section. Representations and Instructions section shall be returned in its entirety. For Description/Specifications through Contract Clauses sections, the offeror shall submit only the pages that require a fill-in. (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) (e) Return any solicitation amendments to the original solicitation documents, signed by the same official authorized to sign the SF 1449. 2. PART II TECHNICAL PROPOSAL Submit one copy (a) Section 1 Cover letter. Shall be a maximum two-page Cover Letter and shall include the name and address of the organization submitting the proposal, together with the name, address, e-mail address and telephone number of the contact person who has the actual power to legally bind the offeror and make representations relative to the offeror s proposal and any resultant contract, for the offeror. (b) Section 2 Table of Contents. Shall be a detailed Table of Contents and shall include an outline of the proposal, identified by a sequential page number and be section reference and section title. (c) Section 3 Narrative Response to Evaluation Factors. In order to evaluate each proposal, it is necessary that each offeror respond to all items in the same order as presented herein. Offers shall be organized with sections appropriately identified. Offerors are to propose how they intend to fulfill the requirements of this solicitation and how their total offer will meet the minimum needs of the specifications. The response should be concise and provide sufficient information to demonstrate the offeror s capability to satisfactorily perform the objectives. The narrative response shall be typed not less than 12 pitch and be presented in the order of the technical evaluation factors. The offeror will use 8 ½ x 11 paper except for fold-outs used for charts, tables, or diagrams, which may not exceed 11 x 17. 3. PART III PAST PERFORMANCE Only references for same or similar type contract. Submit one (1) copy. PAST PERFORMANCE QUESTIONNAIRES: Each offeror shall send out Past Performance Questionnaires (Attachment #8) to each of the offeror s past performance references identified in those contracts listed in the contractor s Past Performance Information. The responsibility to send out Past Performance Questionnaires rests solely with each offeror IT SHALL NOT BE DELEGATED TO ANY OTHER ENTITY. 1. Complete Section A, General Information, of the Past Performance Questionnaire (Attachment #10) and mail, fax or email Past Performance Questionnaire to all past performance references listed in the contractor s Past Performance Information. Evaluators are only allowed to use the Attachment #10, Past Performance Questionnaire. Altered or substituted questionnaires will not be evaluated. Offerors are responsible to ensure questionnaires are transmitted to their references, and to indicate which references (from paragraph c. above) the questionnaire was sent to. 2. Once the Past Performance Questionnaires are completed by the evaluator s POCs, the information contained in the Questionnaires shall be considered source selection sensitive and not released to you, the offeror. Questionnaires shall be sent directly to the Government. 3. Past Performance Questionnaires are to be completed and sent directly to the Government by the evaluator completing the Questionnaire. It is the sole responsibility of the offeror to track the submission of Past and Present Performance Questionnaires and ensure that the Government receives them AS SOON AS POSSIBLE BUT NO LATER THAN THE CLOSING TIME AND DATE OF THE SOLICITATION. It is also the sole responsibility of the offeror to inform the evaluators of any extensions the Government approves to the date and time proposal are due to be submitted. 4. The evaluator shall e-mail questionnaires to Scott Hendrix at scott.hendrix@va.gov. If the questionnaires cannot be e-mailed, fax to (612) 333 3667. 5. If the offeror claims there is no past performance, then that status must be identified to the Contracting Officer not later than the date/time proposals are due from all offerors. VENDOR QUESTIONS AND ANSWERS: Q - Will the Contractor be allowed to bill for all currently enrolled patients in the first month under the new contract? A Yes. Q - On page 28 paragraph 2.1.5.1.1 under minimum staffing requirements in the RFP it states, Telehealth Clinical Technicians (TCT) - minimum of 1.0FTE dedicated TCT/Lab Tech with back up TCT/Lab Tech for absences of dedicated TCT. Does the 1.0FTE TCT/Lab Tech provide all telehealth services including tele-mental health, tele-retinal, and teledermatology, and the backup TCT/Lab Tech is only needed for absences of the dedicated TCT/Lab Tech? A - Yes- the requirement is for a minimum of 1 full time TCT additional staff may be necessary to cover the lab demands, the backup staffing is needed to cover both gaps in telehealth and in the lab setting. Q - On page 28 paragraph 2.1.5.1.1 Minimum staffing requirements in the RFP it states, Minimal staffing requirements include 1 MSA, 1 provider (MD), 1 nurse (LPN or RN), 1 TCT at all times within the clinic as part of the contractual obligations. Is the VA requiring a physician at each site, or can a physician from one site oversee the mid-level at the other site, or can a physician oversee mid-levels at both sites? A The requirement is for an MD at each site no midlevels are supported in the sites due to CHOICE requirements. Q -On page 32 paragraph 2.5 in the RFP it states, Contractor staff shall complete VA mandatory training as requested and complete AHA ACLS/BLS training and keep ACLS/BLS certifications current throughout the life of the contract. Is ACLS and BLS training required for all staff in the clinics? A - Required for all clinical staff not MSA s. Paragraph changed per Solicitation Amendment A00001. Q - On page 41 paragraph 4.4.6 in the RFP it states, The Contractor is responsible for the ordering and purchasing of required CAP proficiency testing (PT) materials. However, on page 42 paragraph 4.4.7 it states, The VA will purchase proficiency testing materials for the Contractor. Who provides the proficiency testing and purchases the proficiency testing materials, the VA or the Contractor? A Paragraph 4.4.7 is removed and replaced in Solicitation Amendment A00001. Q - On page 57 of the RFP under Women Veterans Health Care its states, completion of a Women s health mini Residency program is required for all contract providers serving in this role. Will the VA consider years of experience instead of a women s health residency program and if so how many years of experience is required? If a candidate does not have enough women s health experience, can the Contractor send the women s health candidate to the VA Women s Health Training? A No, only years of experience in women s health is counted, not years of experience in general. Yes the contractor can send the candidate to Va Women s health training but it will be paid for by the contractor. Q - On page 118 #3 Part III Past Performance in the RFP it states, Limited to no more than two (2) pages per contract listed. Only references for same or similar type contract. Submit one (1) copy. And on page 126 under Factor 2 Past Performance it states we need to, Provide a narrative identifying the type and scope of practice for the past (3) years addressing professional background, experience, and level of professional competence. Provide any information currently available (letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of services provided for same or similar type contract. In addition, explain any corrective actions taken in the past, if any, for substandard performance and any current performance problems. Is the contractor/company narrative separate from the 2 page limit per contract? Can the letters, metrics, customer surveys, independent surveys, etc. be provided as an attachment and not included as part of the 2 page limit? A E.2 ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS is removed and replaced by Solicitation Amendment A00001; removing the 2 page limit in question and correcting the submission address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26317R0013/listing.html)
- Document(s)
- Attachment
- File Name: VA263-17-R-0013 A00001 VA263-17-R-0013 A00001_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3101502&FileName=VA263-17-R-0013-A00001000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3101502&FileName=VA263-17-R-0013-A00001000.docx
- File Name: VA263-17-R-0013 A00001 S06 VA263-17-R-0013 A00001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3101503&FileName=VA263-17-R-0013-A00001001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3101503&FileName=VA263-17-R-0013-A00001001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA263-17-R-0013 A00001 VA263-17-R-0013 A00001_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3101502&FileName=VA263-17-R-0013-A00001000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Fargo VA Health Care System;2101 Elm Street N.;Fargo, ND
- Zip Code: 58102
- Zip Code: 58102
- Record
- SN04324470-W 20161111/161109234321-6d7999e7ad2cd946ac0754c542c604d4 (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 |