DOCUMENT
Q -- Otolaryngology (ENT) On-Call Services for Mountain Home - Attachment
- Notice Date
- 3/7/2017
- Notice Type
- Attachment
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24917R0382
- Response Due
- 4/14/2017
- Archive Date
- 6/13/2017
- Point of Contact
- Charlene R Neal
- E-Mail Address
-
5-5640<br
- Small Business Set-Aside
- N/A
- Description
- Page 1 of 23 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, and is being conducted under FAR Part 13; Simplified Acquisition Procedures. VA will conduct the procurement according to a combination of FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures 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) This solicitation is issued as a request for proposal (RFP). Submit a written proposal on RFP VA249-17-R-0382. The Government requires that all Contractors doing business with this office be registered with System for Award Management (SAM). No award can be made to a company not registered in SAM. For additional information and to register in SAM, please access the following web site: https://www.sam.gov/. Please ensure that the representations and certifications are completed to allow Contracting Officers to determine your business size and any additional socio-economic categories, if applicable. In order to register, all firms must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by accessing the Dunn & Bradstreet website at https://iupdate.dnb.com/iUpdate/newUserLogin.htm or by phone at (800) 234-3867. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-95, January 13, 2017. Provisions and clauses incorporated by reference have the same force and effect as if they were given 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.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR). (iv) This solicitation is issued as full and open procurement. The North American Industry Classification System (NAICS) code is 621111 and the size standard is $11M. (v) This combined synopsis/solicitation is for the following commercial service: This is a non-personal services contract for comprehensive professional services of physicians, who are certified or eligible for certification by the American Board of Otolaryngology to perform on-call Otolaryngology Services to eligible beneficiaries of the Department of Veterans Affairs, James H. Quillen VA Medical Center (hereinafter referred to as JHQVAMC). Contractor must be available to respond to calls from the JHQVAMC 24 hours per day, seven days per week. The contractor must respond to the call from the JHQVAMC within 15 minutes and able to be on site at the James H. Quillen VA Medical Center in one hour (60 minutes). (vi) The period of performance is indicated below: Base Period Date of award through September 30, 2017 CLIN 0001- Weekend On-Call Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement (Weekend hours are from 12:01 a. m. Saturday through midnight Sunday) CLIN 0002- Weekday On-Call Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement (Weekday consists of 24 hours beginning at 12:01 am to midnight of the same day, Monday through Friday are considered weekdays). CLIN 0003- On-Site Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement. (On-site rate is applicable when the physician must come to the VA to assess the veteran, regardless of day or time) Option Year 1 - Period of Performance: October 1, 2017 through September 30, 2018 CLIN 1001- Weekend On-Call Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement (Weekend hours are from 12:01 a. m. Saturday through midnight Sunday) CLIN 1002- Weekday On-Call Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement (Weekday consists of 24 hours beginning at 12:01 am to midnight of the same day, Monday through Friday are considered weekdays). CLIN 1003- On-Site Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement. (On-site rate is applicable when the physician must come to the VA to assess the veteran, regardless of day or time) Option Year 2- Period of Performance: October 1, 2018 September 30, 2019 CLIN 2001- Weekend On-Call Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement (Weekend hours are from 12:01 a. m. Saturday through midnight Sunday) CLIN 2002- Weekday On-Call Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement (Weekday consists of 24 hours beginning at 12:01 am to midnight of the same day, Monday through Friday are considered weekdays). CLIN 2003- On-Site Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement. (On-site rate is applicable when the physician must come to the VA to assess the veteran, regardless of day or time) Option Year 3- Period of Performance: October 1, 2019 September 30, 2020 CLIN 3001- Weekend On-Call Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement (Weekend hours are from 12:01 a. m. Saturday through midnight Sunday) CLIN 3002- Weekday On-Call Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement (Weekday consists of 24 hours beginning at 12:01 am to midnight of the same day, Monday through Friday are considered weekdays). CLIN 3003- On-Site Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement. (On-site rate is applicable when the physician must come to the VA to assess the veteran, regardless of day or time) The Government anticipates making a single firm, fixed price contract award. A description of the requirements is as follows: The James H. Quillen Veterans Affairs Medical Center has a requirement for On-Call Otolaryngology Physician Services per the following Performance Work Statement. (vii) PERFORMANCE WORK STATEMENT GENERAL SERVICES REQUIRED: The Department of Veterans Affairs (VA) Medical Center (VAMC) located in Mountain Home, TN, requires the provision of Otolaryngology services 24/7/365 days to eligible VA beneficiaries. PLACE OF PERFORMANCE: Onsite/Telephonic James H. Quillen VA Medical Center Corner of Lamont & Veterans Way Mountain Home, TN 37684 AUTHORITY: Title 38 USC 8153, Health Care Resources (HCR) sharing Authority. POLICY AND REGULATIONS: Contractor shall comply with all applicable policy and regulations, including, but not limited to, the following: VHA Directive 2006-041 Veterans Health Care Service Standards (expired but still in effect pending revision) https://www1.va.gov/vhapublications/ViewPublication.asp?pub ID+1443 VHA Handbook 1100.17: National Practitioner Data Bank Reports - http://www1.va.gov/vhapublications/ViewPublication.asp?pub_ID=2135 VHA Handbook 1100.18 Reporting And Responding To State Licensing Boards - http://www1.va.gov/vhapublications/ViewPublication.asp?pub_ID=1364 VHA Handbook 1100.19 Credentialing and Privileging - http://www1.va.gov/vhapublications/ViewPublication.asp?pub_ID=1806 Privacy Act of 1974 (5 U.S.C. 552a) as amended http://www.justice.gov/oip/foia_updates/Vol_XVII_4/page2.htm VHA Handbook 1907.01 Health Information Management and Health Records: http://www1.va.gov/vhapublications/ViewPublication.asp?pub ID=2791 VHA Handbook 1220.01 Operative Complexity: http://www1.va.gov/vhapublications/ViewPublication.asp?pub DEFINITIONS/Acronym: ACGME: Accreditation Council for Graduate Medical Education CDC: Centers for Disease Control and Prevention CEU: Certified Education Unit CME: Continuing Medical Education CMS: Centers for Medicare and Medicaid Services CPARS: Contractor Performance Assessment Reporting System CPRS: Computerized Patient Recordkeeping System- electronic health record system used by the VA. FSMB: Federation of State Medical Boards HHS: Department of Health and Human Services HICPAC: Healthcare Infection Control Practices Advisory Committee- a federal advisory committee made up of 14 external infection control experts who provide advice and guidance to the CDC and the Secretary of HHS regarding the practice of health care infection control, strategies for surveillance and prevention and control of health care associated infections in United States health care facilities. HIPAA: Health Insurance Portability and Accountability Act QMP: Quality Management Program TJC: The Joint Commission QUALIFICATIONS: LICENSE: Personnel assigned by the Contractor to perform the services covered by this contract shall be licensed in a State, Territory or Commonwealth of the United States or District of Columbia. Contractor staff must submit evidence of at least one full, active, current and unrestricted licensure, registration, certification, and/or other relevant credentials, for verification prior to appointment and throughout the employment process, as requested by the COR. Contractor is responsible for keeping the VA COR apprised of anything that would adversely affect or otherwise limit their clinical privileges. Note: Failure to keep VA fully informed on these matters may result in administrative or disciplinary action. Physicians shall speak and write English proficiently. BOARD CERTIFICATION: Contractor s Otolaryngologists must be certified or eligible for certification by the American Board of Otolaryngology. In the event that the Contractor s Otolaryngologists is/are not directly employed by the treating facility, documentation must be provided to ensure adequate certification. All continuing education required for maintaining certification must be kept up to date at all times. Documentation verifying current certification must be provided by the Contractor to the COR on an annual basis. CREDENTIALING AND PRIVILEGING: Credentialing and privileging will be done in accordance with the provisions of VHA Handbook 1100.19. This VHA Handbook provides updated VHA procedures regarding credentialing and privileging, to include incorporating: VHA policy concerning VetPro; the Expedited Medical Staff Appointment Process; credentialing during activation of the facility Disaster Plan; requirements for querying the FSMB; credentialing and privileging requirements for Telemedicine and remote health care; clarifications for the Summary Suspension of Privileges process in order to ensure both patient safety and practitioner rights; and the credentialing requirements for other required providers. No services shall be provided by any contract physician(s) prior to obtaining approval by the VA JHQVAMC Professional Standards Board, Medical Executive Board and Medical Center Director. TECHNICAL PROFICIENCY: Contractors shall be technically proficient in the skills necessary to fulfill the government s requirements, including the ability to speak, understand, read and write English fluently. Contractor will provide documents as needed to verify current and ongoing competency, skills, certification and/or licensure related to the provision of care, treatment and/or services performed. CONTINUING CME/CEU REQUIREMENTS: Contractor will provide the COR copies of current CMEs as required or requested by the VAMC. Contractors registered or certified by national/medical associations shall continue to meet the minimum standards for CME to remain current. CME hours shall be reported to the credentials office for tracking. These documents are required for both privileging and re privileging. Failure to provide will result in loss of privileges. TRAINING (VA MANDATORY): Contractors shall meet all VA educational requirements. All mandatory courses must be completed by the Contractor staff as required by the VA. STANDARD PERSONNEL TESTING/INFECTION CONTROL Contractor shall provide proof of the following tests for their staff within five (5) calendar days after contract award and prior to the first duty shift to the COR and Contracting Officer. Tests shall be current within the past year. TUBERCULOSIS TESTING: Contractor shall provide proof of a negative reaction to PPD testing for all Contractor staff. A negative chest radiographic report for active tuberculosis shall be provided in cases of positive PPD results. The PPD test shall be repeated annually. RUBELLA TESTING: Contractor shall provide proof of immunization for all Contractor staff for measles, mumps, rubella or a rubella titer of 1.8 or greater. If the titer is less than 1.8, a rubella immunization shall be administered with follow-up documentation to the COR. OSHA REGULATION CONCERNING OCCUPATIONAL EXPOSURE TO BLOODBORNE PATHOGENS: Contractors shall provide generic self-study training for all Contractor staff; provide their own Hepatitis B vaccination series at no cost to the VA if they elect to receive it; maintain an exposure determination and control plan; maintain required records; and ensure that proper follow-up evaluation is provided following an exposure incident. The VAMC shall notify the Contractor of any significant communicable disease exposures as appropriate. Contractors shall adhere to current CDC/HICPAC Guideline for Infection Control in health care personnel ( as published in American Journal for Infection Control- AJIC 1998; 26:289-354 http://www.cdc.gov/hicpac/pdf/InfectControl98.pdf) for disease control. Contractors shall provide follow up documentation of clearance to return to the workplace prior to their return. CONFLICT OF INTEREST: The Contractor and all Contractor staff are responsible for identifying and communicating to the CO and COR conflicts of interest at the time of proposal and during the entirety of contract performance. At the time of proposal, the Contractor shall provide a statement which describes, in a concise manner, all relevant facts concerning any past, present, or currently planned interest (financial, contractual, organizational, or otherwise) or actual or potential organizational conflicts of interest relating to the services to be provided. The Contractor must also provide relevant facts that show how it s organizational and/or management system or other actions would avoid or mitigate any actual or potential organizational conflicts of interest. Citizenship related Requirements: While performing services for the VA, the Contractor shall not knowingly employ, contract or subcontract with an illegal alien; foreign national non-immigrant who is in violation their status, as a result of their failure to maintain or comply with the terms and conditions of their admission into the United States. The Contractor must return a signed certification at the time of proposal that the Contractor shall comply with any and all legal provisions contained in the Immigration and Nationality Act of 1952, As Amended; its related laws and regulations that are enforced by Homeland Security, Immigration and Customs Enforcement and the U.S Department of Labor as these may relate to non-immigrant foreign nationals working under contract or subcontract for the Contractor while providing services to the VA. This certification concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under 18 U.S.C. 1001 and is applicable to the entire period of performance. (Attachment #1 Contractor Certification.) ANNUAL OFFICE OF INSPECTOR GENERAL (OIG) STATEMENT: In accordance with HIPAA and the Balanced Budget Act (BBA) of 1977, the VA OIG has established a list of parties and entities excluded from Federal health care programs. Specifically, the listed parties and entities may not receive Federal Health Care program payments due to fraud and/or abuse of the Medicare and Medicaid programs. Therefore, all Contractors shall review the OIG List of Excluded Individuals/Entities on the OIG web site at www.hhs.gov/oig to ensure that the proposed Contractors and/or firm(s) are not listed. Contractors should note that any excluded individual or entity that submits a claim for reimbursement to a Federal health care program, or causes such a claim to be submitted, may be subject to a Civil Monetary Penalty (CMP) for each item or service furnished during a period that the person or entity was excluded and may also be subject to treble damages for the amount claimed for each item or service. CMP s may also be imposed against the Contractors and entities that employ or enter into contracts with excluded individuals or entities to provide items or services to Federal program beneficiaries. By submitting their proposal, the Contractor certifies that the OIG List of Excluded Individuals/Entities has been reviewed and that the Contractors are and/or firm is not listed as of the date the offer/bid was signed. TECHNICAL DIRECTION: The qualifications of Contractor personnel are subject to review by VA Medical Center COS or his/her clinical designee and approval by the Medical Center Director as provided in VHA Handbook 1100.19. Technical direction of all clinical personnel covered by this contract will be provided by the VAMC Chief of Staff and/or the Chief of the Service or his designee. A clinical COR may be appointed, however, only the CO is authorized to consider any contract modification request during the administration of the resultant contract. TORT: The Federal Tort Claims Act does not cover Contractors or Contractor s staff. When a Contractor or a member of their staff has been identified as a provider in a tort claim, The Contractor is responsible for notifying their legal counsel and/or insurance carrier. Any settlement or judgment arising from a Contractor s (or Contractor s staff) action or non-action is the responsibility of the Contractor and/or insurance carrier. KEY PERSONNEL AND EMERGENCY SUBSTITUTIONS During the first ninety (90) days of performance, the Contractor shall make NO substitutions of key personnel unless the substitution is necessitated by illness, death or termination of employment. The Contractor shall notify the CO, in writing, within 15 calendar days after the occurrence of any of these events and provide the information required by Section 2.1.1 through 2.1.10. After the initial 90-day period of the contract the Contractor shall submit the information required by Section 2.1.1 through 2.1.10. The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the CO. Proposed substitutes shall have comparable qualifications to those of the persons being replaced. The CO will notify the Contractor within 15 calendar days after receipt of all required information of the decision on the proposed substitutes. The contract will be modified to reflect any approved changes of key personnel. For temporary substitutions where the key person will not be reporting to work for three (3) consecutive work days or more, the Contractor will provide a qualified replacement for the key person. The substitute shall have comparable qualifications to the key person. Any period exceeding two weeks will require the procedure as stated above. FEDERAL HOLIDAYS The following holidays are observed by the Department of Veterans Affairs: New Year s Day Washington s Birthday Martin Luther King s Birthday Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Christmas Any day specifically declared by the President of the United States to be a national holiday. CONTRACTOR RESPONSIBILITIES The VAMC shall inform the contractor of all applicable Sentinel Events or other Patient Safety Alerts by the VAMC. Any action plans that result from a Root Cause Analysis that pertain to contractor's service must be implemented with dissemination to other staff and residents. Every effort shall be made by the contractor to prevent medication errors, falls, and patient injury caused by acts of commission or omission in the delivery of care. All events related to patient injury, medication errors, and other breeches of patient safety will be reported to the Chief of Surgery and the Risk Manager via the VAMC Incident Report. Contractor is responsible for ensuring that documentation of all patient care relating to Otolaryngology is in accordance with The Joint Commission (TJC) hospital standards, HCFA guidelines, and JHQVAMC policies. 4.2.1 The contractor shall involve the patient in care decisions by keeping him/her fully informed about the diagnosis, plan of care, treatment goals, risks, benefits of proposed treatments and prognosis. Shared decision making shall be pursued. Care provided will respect and integrate the patient's beliefs, values, cultural influences and special needs. Care will reflect the VA Medical Center's mission, vision, and values. In addition, the patient's Advanced Directives should be reviewed and honored. 4.2.2 The contractor ensures that medical record documentation contains at a minimum or exceeds HCFA/CMS Medicare guidelines, which supports patient care and the VAMC medical cost care recovery initiatives. 4.2.3 As requested, the contractor will coordinate monthly reports to the Chief, Medicine Service regarding workload and quality assurance data as prescribed in a format approved by the Chief of Staff or designated representative of this facility. The contractor shall continually assess for, and act upon, clinical and administrative improvement opportunities. Performance Improvement/Quality Assurance activities are dynamic and subject to change, as driven by current priorities and resources. STANDARDS OF PRACTICE: Contractors shall cover the range of Otolaryngology services that meet the standards as established by the Joint Commission hospital standards, the Department of Veterans Affairs and any other organization having review authority over operations of Otolaryngology services of the VA Medical Center, Mountain Home, Tennessee. Performance shall be according to the requirements contained in this PWS and equal to that of the professional standards of the TJC. MEDICAL RECORDS Authorities: Contractors providing healthcare services to VA patients shall be considered as part of the Department Healthcare Activity and shall comply with the U.S.C.551a (Privacy Act), 38 U.S.C. 5701 (Confidentiality of claimants records), 5 U.S.C. 552 (FOIA), 38 U.S.C. 5705 (Confidentiality of Medical Quality Assurance Records) 38 U.S.C. 7332 (Confidentiality of certain medical records), Title 5 U.S.C. § 522a (Records Maintained on Individuals) as well as 45 C.F.R. Parts 160, 162, and 164 (HIPAA). HIPAA: This contract and its requirements meet exception in 45 CFR 164.502(e), and do not require a BAA in order for Covered Entity to disclose Protected Health Information to: a health care provider for treatment. Based on this exception, a BAA is not required for this contract. Treatment and administrative patient records generated by this contract or provided to the Contractors by the VA are covered by the VA system of records entitled Patient Medical Records-VA (24VA19). Contractor generated VA Patient records are the property of the VA and shall not be accessed, released, transferred, or destroyed except in accordance with applicable laws and regulations. Contractors shall ensure that all records pertaining to medical care and services are available for immediate transmission when requested by the VA. Records identified for review, audit, or evaluation by VA representatives and authorized federal and state officials, shall be accessed on-site during normal business hours or mailed by the Contractor at his expense. Contractors shall deliver all final patient records, correspondence, and notes to the VA within twenty-one (21) calendar days after the contract expiration date. Disclosure: Contractor and Contractors may have access to patient medical records: however, Contractor and Contractors must obtain permission from the VA before disclosing any patient information. Subject to applicable federal confidentiality or privacy laws, the Contractor, or their designated representatives, and designated representatives of federal regulatory agencies having jurisdiction over Contractor, may have access to VA s records, at VA s place of business on request during normal business hours, to inspect and review and make copies of such records. The VA will provide the Contractor with a copy of VHA Handbook 1907.1, Health Information management and Health Records and VHA Handbook 1605.1, Privacy and Release of Information. The penalties and liabilities for the unauthorized disclosure of VA patient information mandated by the statutes and regulations mentioned above, apply to the Contractor, Contractors and/or Sub-Contractors. Professional Standards for Documenting Care: Care shall be appropriately documented in medical records in accordance with standard commercial practice and guidelines established by the VAMC. Medical record entries shall be maintained in detail consistent with good medical and professional practices so as to facilitate internal and external peer reviews, medical audits and follow-up treatments. Copies of received medical information shall be authenticated (signed) copies. The quality of medical practice shall meet or exceed reasonable standards of professional practice for the required services in health care as determined by the same authority that governs VAMC medical professionals and will be audited by the Medical Center, Service Line or other processes established for that purpose. Release of Information: The VA shall maintain control of releasing any patient medical information and will follow policies and standards as defined, but not limited to Privacy Act requirements. In the case of the VA authorizing the Contractor and Contractors to release patient information, the Contractor and Contractors in compliance with VA regulations, and at his/her own expense, shall use VA Form 3288, Request for and Consent to Release of Information from Individual s Records, to process Release of Information Requests. In addition, the Contractor and Contractors shall be responsible for locating and forwarding records not kept at their facility. The VA s Release of Information Section shall provide the Contractor and Contractors with assistance in completing forms. Additionally, the Contractor shall use VA Form 10-5345, Request for and Authorization to Release Medical Records or Health Information, when releasing records protected by 38 U.S.C. 7332. Treatment and release records shall include the patient s consent form. Completed Release of Information requests will be forwarded to the VA Privacy Officer at the following address: VA TVHS 1310 24th Avenue South, Attn: Robbie Braswell, Nashville TN, 37221 DIRECT PATIENT CARE: 95% of the time involved in direct patient care. Per The Qualification Section Of This PWS, The Contractor Shall Provide The Following Staff: Board Certified Otolaryngologist Scope Of Care: Contract Physician(s) shall be responsible for providing Otolaryngology Care, including, but not limited to: Contractor Physician(S) shall provide consultative services at the patient s bedside if the patient is not ambulatory and in the Emergency Department setting. Medications: Contractor Physician(S) shall follow all established medication policies and procedures. No sample medications shall be provided to patients. Discharge Education: Contractor Physician(s) shall provide discharge education and follow up instructions that are coordinated with the next care setting for all Otolaryngology clinical or surgical patients. ADMINISTRATIVE: 5% of time not involved in direct patient care. QA/QI Documentation: The Contract Physician (s) shall complete the appropriate QM/PI documentation pertaining to all procedures, complications and outcome of examinations. Patient Safety Compliance and Reporting: Contract Physician (S) shall follow all established patient safety and infection control standards of care. Contract Physician (s) shall make every effort to prevent medication errors, falls, and patient injury caused by acts of commission or omission in the delivery of care. All events related to patient injury, medication errors, and other breeches of patient safety shall be reported to the COR and VA Patient Safety Officer. As soon as practicable (but within 24 hours) Contractors shall notify COR of incident and submit to the COR the patient safety report, following up with COR as required or requested. Patient Safety Compliance and Reporting: Contract Physician (s) shall follow all established patient safety and infection control standards of care. Contract Physician (s) shall make every effort to prevent medication errors, falls, and patient injury caused by acts of commission or omission in the delivery of care. All events related to patient injury, medication errors, and other breeches of patient safety shall be reported to the COR VA Safety Policy. As soon as practicable (but within 24 hours) Contractors shall notify COR of incident and submit to the COR the patient safety report, following up with COR as required or requested. MANDATORY TRAINING AND ADP SECURITY Contractor s staff will meet all VA Contractor educational requirements. In performance of official duties, Contractor s staff have regular access to printed and electronic files containing sensitive data, which must be protected under the provisions of the Privacy Act of 1974 (5 U.S.C. 552a), and other applicable laws, Federal Regulations, Veterans Affairs statutes, policies and regulations. Contractor s staff are responsible for (1) protecting that data from unauthorized release or from loss, alteration, or unauthorized deletion and (2) following all applicable regulations and instructions regarding access to computerized files, release of access codes, etc., as set out in a computer access agreement which contract provider(s) signs. Contractor s staff shall complete required security training and sign a VA Computer Access Agreement prior to having access to the VA computer system. Security Training will be accomplished annually. Contractor s staff shall select training modules for Privacy Training and Information Security Training. Upon completion of the training, please provide training certificates to the COR. In addition, if providing medical services, Contractor s staff will attend CPRS training prior to providing any patient care services. Contractor s staff shall document patient care in CPRS to comply with all VA and equivalent Joint Commission standards. Rules of Behavior for Automated Information Systems: Contractor s staff members having access to VA Information Systems are required to read and sign a Rules of Behavior statement which outlines rules of behavior related to VA Automated Information Systems. The COR will provide, through the facility ISO, the Rules of Behavior to The Contractor for the respective facility. (Attachment #2-Contractor Rules of Behavior) VA Compliance Business and Integrity (CBI) Training: Contractor shall provide documented proof to the contracting officer or COR that all Contractor s staff and sub-Contractor Contractors assigned revenue cycle-related work have received their annual CBI Training. The COR will arrange for training from the respective facility compliance officer. Other Mandatory VA training as required. Contractors will be briefed on all required training by the COR upon reporting to the VAMC medical center. Contractor may invoice for time required to complete mandatory VA training. PERFORMANCE STANDARDS, QUALITY ASSURANCE AND QUALITY IMPROVEMENT REQUIRED REGISTRATION WITH CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (CPARS) As prescribed in Federal Acquisition Regulation (FAR) Part 42.15, the Department of Veterans Affairs (VA) evaluates Contractor past performance on all contracts that exceed $150,000, and shares those evaluations with other Federal Government contract specialists and procurement officials. The FAR requires that the Contractor be provided an opportunity to comment on past performance evaluations prior to each report closing. To fulfill this requirement VA uses an online database, CPARS, which is maintained by the Naval Seal Logistics Center in Portsmouth, New Hampshire. CPARS has connectivity with the Past Performance Information Retrieval System (PPIRS) database, which is available to all Federal agencies. PPIRS is the system used to collect and retrieve performance assessment reports used in source selection determinations and completed CPARS report cards transferred to PPIRS. CPARS also includes access to the federal awardee performance and integrity information system (FAPIIS). FAPIIS is a web-enabled application accessed via CPARS for Contractor responsibility determination information. Each Contractor whose contract award is estimated to exceed $150,000 is required to register with CPARS database at the following web address: www.cpars.csd.disa.mil. Help in registering can be obtained by contacting Customer Support Desk @ DSN: 684-1690 or COMM: 207-438-1690. Registration should occur no later than thirty days after contract award, and must be kept current should there be any change to the Contractor s registered representative. For contracts with a period of one year or less, the contracting officer will perform a single evaluation when the contract is complete. For contracts exceeding one year, the contracting officer will evaluate the Contractor s performance annually. Interim reports will be filed each year until the last year of the contract, when the final report will be completed. The report shall be assigned in CPARS to the Contractor s designated representative for comment. The Contractor representative will have thirty days to submit any comments and re-assign the report to the VA contracting officer. Failure to have a current registration with the CPARS database, or to re-assign the report to the CO within those thirty days, will result in the Government s evaluation being placed on file in the database with a statement that the Contractor failed to respond. GOVERNMENT RESPONSIBILITIES OVERSIGHT OF SERVICE/PERFORMANCE MONITORING: Contract Administration: After award of contract, all inquiries and correspondence relative to the administration of the contract shall be addressed to: Charlene Neal, Contracting Officer charlene.neal2@va.gov 615-225-5640 The Contracting Officer Representative for this contract is: Sabine Sedall, COR, sabine.sedall@va.govf 423-979-3580. CO RESPONSIBILITIES: The Contracting Officer is the only person authorized to approve changes or modify any of the requirements of this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue any modification to include (but not limited to) terms affecting price, quantity or quality of performance of this contract. The Contracting Officer shall resolve complaints concerning Contractor relations with the Government employees or patients. The Contracting Officer is final authority on validating complaints. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer without authority, no adjustment shall be made in the contract price to cover an increase in costs incurred as a result thereof. In the event that contracted services do not meet quality and/or safety expectations, the best remedy will be implemented, to include but not limited to a targeted and time limited performance improvement plan; increased monitoring of the contracted services; consultation or training for the contract staff to be provided by the VA or the contract agency as indicated; replacement of the contract staff and/or renegotiation of the contract terms or termination of the contract. COR Responsibilities: The COR shall be the VA official responsible for verifying contract compliance. After contract award, any incidents of Contractor or Contractor noncompliance as evidenced by the monitoring procedures shall be forwarded immediately to the Contracting Officer. The COR will be responsible for monitoring the Contractors performance to ensure all specifications and requirements are fulfilled. Quality Improvement data that will be collected for ongoing monitoring is delineated in the QASP. The COR will maintain a record-keeping system of services by reviewing the list of providers who have provided services every month. The contractor should provide this on a monthly basis via a call schedule. The COR will review this data monthly when invoices are received and certify all invoices for payment. Any evidence of the Contractor's or Contractor s staff non-compliance as evidenced by the monitoring procedures shall be forwarded immediately to the Contracting Officer. The COR will review and certify monthly invoices for payment. If in the event the Contractor fails to provide the services in this contract, payments will only be made for services rendered and accepted. All contract administration functions will be retained by the VA. SPECIAL CONTRACT REQUIREMENTS Reports/Deliverables: The Contractor shall be responsible for complying with all reporting requirements established by the Contract. Contractor shall be responsible for assuring the accuracy and completeness of all reports and other documents as well as the timely submission of each. Contractor shall comply with contract requirements regarding the appropriate reporting formats, instructions, submission timetables, and technical assistance as required. The following are brief descriptions of required documents that must be submitted by Contractor: upon award; weekly; monthly; quarterly ; annually, etc. identified throughout the PWS and is provided here as a guide for Contractor convenience. If an item is within the PWS and not listed here, the Contractor remains responsible for the delivery of the item. What Submit as noted Submit To Copies of any and all licenses, board certifications, NPI, to include primary source verification of all licensed and certified staff Upon proposal and upon renewal of licenses and upon renewal of option periods or change of key personnel. Contracting Officer/COR Certification that staff list have been compared to OIG list Upon proposal and upon new hires. Contracting Officer/COR Proof of Indemnification and Medical Liability Insurance Upon proposal and upon renewals. Contracting Officer/COR Certificates of Completion for Cyber Security and Patient Privacy Training Courses Before receiving an account on VA Network and annual training and new hires. Contracting Officer/COR ACLS/BLS Certification Upon award and every two years after award. COR Contingency plan Upon proposal and as updated COR BILLING: Payments in full/ no billing VA beneficiaries: The Contractor shall accept payment for services rendered under this contract as payment in full. VA beneficiaries shall not under any circumstances be charged nor their insurance companies charged for services rendered by the Contractor, even if VA does not pay for those services. This provision shall survive the termination or ending of the contract. To the extent that the Veteran desires services which are not a VA benefit or covered under the terms of this contract, the Contractor must notify the Veteran that there will be a charge for such service and that the VA will not be responsible for payment. The Contractor shall not bill, charge, collect a deposit from, seek compensation, remuneration, or reimbursement from, or have any recourse against, any person or entity other than VA for services provided pursuant to this contract. It shall be considered fraudulent for the Contractor to bill other third party insurance sources (including Medicare) for services rendered to Veteran enrollees under this contract. Invoice requirements and supporting documentation: Supporting documentation and invoice must be submitted no later than the 20th workday of the month. Subsequent changes or corrections shall be submitted by separate invoice. In addition to information required for submission of a proper invoice in accordance with FAR 52.212-4 (g), all invoices must include: Name and Address of Contractor Invoice Date Contract Number and Purchase/Task Order Number Dates of Service Quantity of hours worked Total price Payment Adjustments: In the event that the Contract provider works a portion of an hour, the government may adjust payments by 15 minute increments. Contract providers shall be responsible for reporting time worked accurately. The Contract will be paid for actual hours performed. The contract shall be adjusted at the end of the period of performance (base or option month) in accordance with actual performance. Vendor Electronic Invoice Submission Methods: Facsimile, e-mail, and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods below: VA s Electronic Invoice Presentment and Payment System The FSC uses a third-party contractor, OB10, to transition vendors from paper to electronic invoice submission. Please go to this website: http://ob10.com/us/en/veterans-affairs-us/ to begin submitting electronic invoices, free of charge. The Contract may contact FSC at the phone number or email address listed below with any questions about the e-invoicing program or OB10: OB10 e-Invoice Setup Information: 1-877-489-6135 OB10 e-Invoice email: VA.Registration@ob10.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-invoice email: vafsccshd@va.gov CONTRACTOR PERSONNEL SECURITY REQUIREMENTS Upon contract award, all key personnel shall be subject to the appropriate type of background investigation or screening per VA/VHA directive 0710 and must receive a favorable adjudication from VHA Service Center Personnel Security Office prior to contract performance. This requirement is applicable to all subcontract personnel. If the investigation or screening is not completed prior to the start date of the contract, the Contractor will be responsible for the actions of those individuals they provide to perform work for VA. A. Position Risk/Sensitivity The position risk/sensitivity has been designated as Low Risk B. Background Investigation/Screening The background investigation commensurate with the requirements of this contract is minimum background investigation. C. Contractor Responsibilities: a. The Contractor shall submit or have their contract personnel submit the following required forms to the Personnel Security Specialist or VA Contracting Officer, through the COR within five (5) business days of contract award. Standard Form 85P, Questionnaire for Public Trust Positions Standard Form 85P-S, Supplemental Questionnaire for Selected Positions Electronic Fingerprint Verification or FD 258, U.S. Department of Justice Fingerprint Applicant Chart. VA Form 0710, Authority for Release of Information Optional Form 306, Declaration for Federal Employment provide by VA point of contact. Optional Form 612, Optional Application for Federal Employment b. The Contractor, when notified of an unfavorable determination by the Government, shall withdraw the contract person from consideration of working under the contract. c. Failure to comply with these Contractor personnel security requirements may result in termination of the contract for default. 7. Government Responsibilities a. The Contracting Officer will provide the forms to the contractor and the contractor will input the necessary information on the forms and return to the contracting officer upon completion. b. Upon receipt, VHA Personnel Security Services will review the completed forms for accuracy and forward these forms to OPM to conduct their portion of the background investigation. c. The VA facility will pay for investigations conducted by OPM in advance. In these instances, the contractor shall reimburse the VA facility within 30 days. d. The Personnel Security Specialist will notify the VA Contracting Officer of the adjudicating results of the background investigation. e. The VA Contracting Officer will ensure that the required investigations have been completed or are in the process of being requested. (viii). PRICE/COST SCHEDULE: The Contractor shall furnish physicians who are certified or eligible for certification by the American Board of Otolaryngology to perform on-call Otolaryngology Services to eligible beneficiaries of the Department of Veterans Affairs, James H. Quillen VA Medical Center (hereinafter referred to as JHQVAMC). Contractor must be available to respond to calls from the JHQVAMC 24 hours per day, seven days per week. The contractor must respond to the call from the JHQVAMC within 15 minutes and able to be on site at the James H. Quillen VA Medical Center, Corner of Lamont and Veterans Way, Mountain Home, TN within 60 minutes. It is understood that the quantities presented for bid are good faith estimates and that the actual number may be greater or less than those stated. The Contractor shall propose a minimum of three (3) key personnel to be credentialed and be available for scheduling to meet the requirements of the contract. Key Personnel Years of Experience including Residency Base Period: Date of award through September 30, 2017. CLIN No. Description Estimated Qty. Unit Unit Cost Total Annual Cost 0001 Weekend Daily Rate-- Board Certified or Board Eligible Otolaryngology Physician On-Call Services in accordance with the Performance Work Statement 104 Daily $ $ 0002 Weekday Daily Rate --Board Certified or Board Eligible Otolaryngology Physician On-Call Services in accordance with the Performance Work Statement 261 Daily $ $ 0003 On Site Hourly Rate-- Board Certified or Board Eligible Otolaryngology Physician On-Call Services in accordance with the Performance Work Statement / 180 Hours $ $ Option Year 1: October 1, 2017 through September 30, 2018. CLIN No. Description Estimated Qty. Unit Unit Cost Total Annual Cost 1001 Weekend Daily Rate-- Board Certified or Board Eligible Otolaryngology Physician On-Call Services in accordance with the Performance Work Statement 104 Daily $ $ 1002 Weekday Daily Rate --Board Certified or Board Eligible Otolaryngology Physician On-Call Services in accordance with the Performance Work Statement 261 Daily $ $ 1003 On Site Hourly Rate-- Board Certified or Board Eligible Otolaryngology Physician On-Call Services in accordance with the Performance Work Statement / 180 Hours $ $ Option Year 2: October 1, 2018 through September 30, 2019. CLIN No. Description Estimated Qty. Unit Unit Cost Total Annual Cost 2001 Weekend Daily Rate-- Board Certified or Board Eligible Otolaryngology Physician On-Call Services in accordance with the Performance Work Statement 104 Daily $ $ 2002 Weekday Daily Rate --Board Certified or Board Eligible Otolaryngology Physician On-Call Services in accordance with the Performance Work Statement 261 Daily $ $ 2003 On Site Hourly Rate-- Board Certified or Board Eligible Otolaryngology Physician On-Call Services in accordance with the Performance Work Statement / 180 Hours $ $ Option Year 3: October 1, 2019 through September 30, 2020. CLIN No. Description Estimated Qty. Unit Unit Cost Total Annual Cost 3001 Weekend Daily Rate-- Board Certified or Board Eligible Otolaryngology Physician On-Call Services in accordance with the Performance Work Statement 104 Daily $ $ 3002 Weekday Daily Rate --Board Certified or Board Eligible Otolaryngology Physician On-Call Services in accordance with the Performance Work Statement 261 Daily $ $ 3003 On Site Hourly Rate-- Board Certified or Board Eligible Otolaryngology Physician On-Call Services in accordance with the Performance Work Statement / 180 Hours $ $ TOTAL ESTIMATED CONTRACT COST BASE PLUS FOUR OPTIONS: $___________ NOTE: 52.217-8 Option to Extend Services is included as part of the solicitation and contract. The six-month extension must be evaluated as a part of the government's initial negotiation. Offerors are not required to submit pricing for clause 52.217-8. The prices offered for the last year s option prices will be used for any extension exercised under FAR Clause 52.217-8. CONTRACT CLAUSES and SOLICITAITON PROVISIONS (ix) FAR 52.212-1, Instructions to Offerors Commercial Items (Jun 2008), applies to this acquisition. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS PLEASE PROVIDE THE FOLLOWING TO CHARLENE R. NEAL, CONTRACTING OFFICER at Charlene.neal2@va.gov: Complete and return Contractor s Contract Administration Data below. Complete and return price/cost schedule in Section viii. Complete and return provision 52-212-3 with proposal. Offerors may either (1) complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online through www.sam.gov Proposal Content: Your proposal shall be separated into three (3) distinct sections corresponding to the three evaluation factors: Technical, Past/Present Performance and Price, as noted below. Submission Instructions: PROPOSAL DUE DATE: Proposals are due no later than 4:00 p.m., Central Time, Friday, April 14, 2017. Proposals may be emailed to charlene.neal2@va.gov. It is the responsibility of the offeror to follow-up and ensure the proposal was received electronically. Several emails may be sent to ensure that attachment size limitations are not exceeded. Proposal shall not be FAXED. Proposal Format: All attachments/documents shall be on 8 ˝ x 11 paper. All electronic files shall be in MS Word.doc or.docx and MS Excel.xls format, as applicable (unprotected). Offerors shall return the entire solicitation fully intact. Price Schedule: Offerors are reminded that pricing schedules are necessary for the base year and EACH option period. Price proposals should be separate and distinct from the technical proposal. All questions regarding this solicitation must be submitted to the Contracting Officer in writing by email to charlene.neal2@va.go no later than 4:00 p.m., Central Time, Wednesday, March 15, 2017. The offeror shall bear all costs associated with the preparation and submission of the proposal. The Veterans Affairs will in no case be responsible or liable for the cost incurred by the offeror, regardless of the outcome of the selection process. The Government reserves the right to make award without discussions. The Government also reserves the right to make no award. Requirements upon acceptance of proposal and issuance of a contract, contractor must agree to the following (which are attached): Contractor Rules of Behavior; Certification of Immigration; Quality Assurance Surveillance Plan; and VSC Security Papers. CONTRACT ADMINISTRATION DATA Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: Company Name: Administrative Contact: Clinical Contact: Title: Address: City/State/Zip: Overnight Mailing Address (if different from above): _________ _________ Phone & Fax No.: Phone: Fax: ______________ E-Mail: _______________________________ 2nd email contact: ________________________________ Tax ID No.: ___________________________________ DUNS No.: ________________________________________ b. GOVERNMENT: Charlene R. Neal, Contracting Officer (CO) Sabine Sedall, Contracting Officer Representative (COR) Department of Veterans Affairs Network Contract Activity - VISN 9 1639 Medical Center Parkway, Suite 400 Murfreesboro TN 37129 Overnight Mailing Address: Same as above Phone: (615) 225-5640 Fax: (615) 849-3789 E-Mail: charlene.neal2@va.gov (End of Addendum to 52.212-1) (x) FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: FACTOR 1: TECHNICAL: Contractor is to submit evidence of the following for each surgeon that is proposed: Board Certified or Board Eligible Otolaryngology by the American Board of Internal Medicine BLS Certification ACLS Certification Experience Curriculum Vitae License DEA Registration NPI Number Medical Diploma Proof of TB and Rubella testing Tuberculosis testing: Contractor shall provide proof of a negative reaction to PPD testing for all Contractor staff. A negative chest radiographic report for active tuberculosis shall be provided in cases of positive PPD results. The PPD test shall be repeated annually. Rubella testing: Contractor shall provide proof of immunization for all Contractor staff for measles, mumps, rubella or a rubella titer of 1.8 or greater. If the titer is less than 1.8, a rubella immunization shall be administered with follow-up documentation to the COR. Contractor is to also submit the following: Sample 90 day on-call schedule Proof of insurance Signed Certification of Immigration (Attachment 1) Signed Contractor Rules of Behavior (Attachment 2) Brief history of entity and how they propose to meet the requirements as stated in the Performance Work Statement. FACTOR 2: PAST PERFORMANCE: Offerors will be evaluated on their record of Past Performance in accordance with Far Part 15.305. Past performance information is one indicator of an offeror s ability to perform the contract successfully. The currency and relevance of the information, source of the information, context of the data, and general trends in contractor s performance shall be considered. The Government may use Contractor Performance Assessment Reporting System (CPARS), information in the offeror s proposal, and information obtained from other sources. Past performance will be evaluated as outstanding, satisfactory or unsatisfactory. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. Offerors are reminded to provide the Past Performance Information sheets (Attachment 3) to three (3) Business References who have first-hand knowledge of performance relative to the same type of services, dates of contract performance, and total contract amount. Your business references should send this form to Charlene Neal, Contracting Officer at charlene.neal2@va.gov, no later than April 14, 2017. FACTOR 3. PRICE FACTOR Price will be evaluated on the basis of its reasonableness and accuracy to the Government. The offeror shall submit its best terms from Section (VIII). PRICE/COST SCHEDULE. Acknowledge any and all amendments to the solicitation. Technical and past performance when combined, are more important than price. (b) Options. 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 significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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) (xi) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Apr 2012) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via the SAM website at https://www.sam.gov/portal/public/SAM/. If an offeror has not completed the annual representations and certifications electronically at the SAM website https://www.sam.gov/portal/public/SAM/ the offeror shall complete only paragraphs (c) through (o) of this provision. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition; as well as the following addenda: N/A, no addenda to subject clause. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Order-Commercial Items, applies to this acquisition. Within FAR 52.212-5, the following clauses apply: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6, Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.219-28 Post Award Small Business Program Representation, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50 Combating Trafficking in Persons, FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-34 Payment By Electronic Funds Transfer-Other than System for Award Management, FAR 52.222-17 Non-displacement of Qualified Workers (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are incorporated by reference: FAR 52.203-3 Gratuities, FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper, FAR 52.204-7, System for Award Management; FAR 52.204-9 Personal Identity Verification of Contractor Personnel, FAR 52.204-13 System for Award Management Maintenance, FAR 52.209-7 Information Regarding Responsibility Matters, 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters, FAR 52.219-1 Small Business Program Representations, FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.223-10 Waste Reduction Program, FAR 52.224-1 Privacy Act Notification; FAR 52.224-2 Privacy Act, 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations and Certifications, FAR 52.228-5 Insurance Work On A Government Installation, 52.232-19 Availability of Funds For The Next Fiscal Year, FAR 52.232-39 Unenforceability of Unauthorized Obligations, FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management, FAR 52.232-40 Providing Accelerated Payment to Small Business Subcontractors, FAR 52.246-16 Responsibility for Supplies, CL-120 Supplemental Insurance Requirements; 52.233-2 Service of Protest; VAAR 852.203-70 Commercial Advertising; VAAR 852.237-7 Indemnification And Medical Liability Insurance; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.273-76 Electronic Invoice Submission; VAAR 852.233-70 Protest Content/Alternative Dispute Resolution; VAAR 852.233-71 Alternate Protest Procedure. The following additional contract requirement(s) or terms and conditions apply to this acquisition and are incorporated by full-text: FAR 52.216-21 Requirements (fill-in = a maximum of one year from the effective date of the last task order), FAR 52.217-8 Option to Extend Services (fill-in = 60 days); 52.217-9 Option to Extend the Term of the Contract (fill-ins = 30 days of contract expiration, 60 days, respectively), 52.252-2 Clauses Incorporated by Reference (fill-in = https://www.acquisition.gov/?q=browsefar) (xv) The date, time, and place for submission of proposals are as follows: Friday, April 14, 2017, 4:00PM Central Time. ORAL OFFERS WILL NOT BE ACCEPTED. Submit written offers via email: charlene.neal2@va.gov Proposal Questions: Interested offerors must submit any questions concerning the solicitation by Wednesday, March 15, 2017, 3:00PM, Central Time. Questions not received by the due date may not be considered. (xv). PATIENT RIGHTS AND SAFETY The Contractor will validate the patient s written consent prior to service which documents understanding of patient s rights and responsibilities. The JHQVAMC is not responsible or liable for any unsafe condition caused by the Contractor or Veteran. Contractor shall be responsible for identifying safety hazards and clearly verbalize same to the COR for documentation in the patient s electronic patient record. The contractor will have evidence of implementation of the Joint Commission National Patient Safety Goals as applicable.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24917R0382/listing.html)
- Document(s)
- Attachment
- File Name: VA249-17-R-0382 VA249-17-R-0382.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319233&FileName=VA249-17-R-0382-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319233&FileName=VA249-17-R-0382-000.docx
- File Name: VA249-17-R-0382 Attachment 1-Contractor Certification of Immigration.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319234&FileName=VA249-17-R-0382-001.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319234&FileName=VA249-17-R-0382-001.doc
- File Name: VA249-17-R-0382 Attachment 2-KTR Rules of Behavior.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319235&FileName=VA249-17-R-0382-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319235&FileName=VA249-17-R-0382-002.docx
- File Name: VA249-17-R-0382 ATTACHMENT 3-QASP.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319236&FileName=VA249-17-R-0382-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319236&FileName=VA249-17-R-0382-003.docx
- File Name: VA249-17-R-0382 Attachment 4 VSC Security Request Package.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319237&FileName=VA249-17-R-0382-004.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319237&FileName=VA249-17-R-0382-004.pdf
- File Name: VA249-17-R-0382 Attachment 5-Past Performance Survey.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319238&FileName=VA249-17-R-0382-005.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319238&FileName=VA249-17-R-0382-005.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-17-R-0382 VA249-17-R-0382.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3319233&FileName=VA249-17-R-0382-000.docx)
- Record
- SN04426979-W 20170309/170307235810-1877160d142e7acb2739a5b913ff9108 (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 |