Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
DOCUMENT

Q -- Cardiac Perfusionist Services - Attachment

Notice Date
3/14/2018
 
Notice Type
Attachment
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;Chalmers P. Wylie Ambulatory Care Center;420 North James Road;Columbus OH 43219-1834
 
ZIP Code
43219-1834
 
Solicitation Number
36C25018Q9194
 
Response Due
3/23/2018
 
Archive Date
5/22/2018
 
Point of Contact
Karen Williams, Contract Specialist
 
Small Business Set-Aside
N/A
 
Description
In accordance with FAR Part 10, Market Research, this is a Request for Information (RFI) to determine the availability of potential sources/vendors having the skills and capabilities necessary to provide onsite Cardiac Perfusionist Services to eligible beneficiaries of the Louis Stokes Veterans Affairs Medical Center (VAMC) located at 10701 East Blvd, Cleveland OH 44106. All interested contractors are invited to provide information to contribute to this market survey/RFI including, commercial market information. This RFI is for information and planning purposes only, and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The VA is currently conducting market research to locate qualified, experienced and interested potential sources relative to NAICS 62111. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this RFI announcement. It is anticipated that a single solicitation will be issued for Cardiac Perfusionist services and the Government contemplates awarding a Firm Fixed Price (FFP) contract resulting from the future solicitation. General Requirements: Contractor s employee(s) shall cover the range of Perfusionist services as would be provided in a state-of-the-art civilian medical treatment facility and the standard of care shall be of a quality, meeting or exceeding currently recognized national standards as established by The American Board of Cardiovascular Perfusion (ABCP): http://www.abcp.org/index.html. Cardiac Perfusionist services include, but are not limited to the support of: Coronary Artery By-pass, Aortic Valve Replacement, Mitral Valve Replacement, Tricuspid Valve Replacement, Transmyocardial Laser Revascularization (TMR), Aortic Aneurysm Repair, Intra-operative auto-transfusion, Intra-aortic balloon counter-pulsation, Ventricular assist device troubleshooting, Hemo-filtration, Myocardial protection, ultra-filtration, cell saver, balloon pump, monitoring heart lung machine, septal defects, extracorporeal membrane oxygenation (ECMO), platelet rich plasma harvesting (PRP), Transcatheter Aortic Valve Replacement (TAVR), placement of an Impella and other duties normally performed within the scope of a Cardiac Perfusionist. The expectation is for 1 or 2 Perfusionists to be on duty to handle scheduled surgeries. The third will be on-call to handle emergencies, vacations and sick calls. PRN Perfusionist will be available on an as needed basis to handle over flow and ECMO. The VA Full Time Equivalency (FTE) for the Perfusion services required is for three (3) FTEE which consists of three (3) Perfusionists (2080 hours each). Additionally, the VA requires one (1) PRN Perfusionist (estimated at 0.5 FTE). Requested submittal Information: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 10 pages in length, single spaced, 12-point font minimum. The Government will not review any other data or attachments that exceeds 10 pages. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. Interested parties shall furnish the following minimum information: Company name and address. Company point of contact name, telephone number and email address. Based on NAICS code 621111, is your business large or small? If small, does your firm qualify as a small, emerging business, or small disadvantaged business? If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act Is your firm a certified Hub zone firm? Is your firm a woman-owned or operated business? Is your firm a certified Service-Disabled Veteran or Veteran Owned Small business (SDVOSB or VOSB)? If your firm is a SDVOSB or VOSB, are you registered with VetBiz Registry? If not, please register at: http://vip.vetbiz.gov/general_user/register/default.asp Does your firm have a DUNS number? If so, please provide.  If not, you must register with Dun & Bradstreet at: http://www.dnb.com Is your firm registered with the System for Award Management (SAM) at https://www.sam.gov/portal/SAM/#1? If not, please register as soon as possible. If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant SINS. Does your firm have a website address? Please provide. Capabilities/Qualifications: A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Description of the capabilities/qualifications/skills your company possesses to perform services described in the scope of work. Do you need to subcontract any portion of work to provide these services stated herein? Past Experience: Brief summary of the company history relative to similar requirements. Offer may provide the following information on a maximum of three similar projects for which the responder was a prime or subcontractor. The name, address, and value of each project. The Prime Contract Type, Firm Fixed-Price, or Time and Material. The name, telephone and address of the owner of each project. A description of each project and why it is relevant to this requirement. Include difficulties and successes. Your company s role and services provided for each project. What are the common qualifications of the people who are providing these services? Does your firm anticipate submitting an offer once the solicitation is available? Can you please identify an hourly rate that your firm charges for these services? It is requested that the above information be provided no later than March 23, 2018 at 10:00 am EST. Responses should be emailed to both Karen Williams, Karen.Williams4@va.gov and Alex Daniel, Alexander.Daniel@va.gov. Telephone and faxed responses will not be accepted nor responded to. Note: The resultant solicitation will be distributed solely through FBO. Hard copies of the solicitation will not be available. Completing this RFI is completely voluntary and is not reimbursable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CoVAOPC757/CoVAOPC757/36C25018Q9194/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q9194 36C25018Q9194.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4148678&FileName=36C25018Q9194-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4148678&FileName=36C25018Q9194-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04854786-W 20180316/180314231745-d610d114ee40243cbce5a979e5cb41b1 (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.