Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2018 FBO #5980
DOCUMENT

65 -- Orthotics & Prosthetics Fabrication & Repair VA Albuquerque, VA Northern Arizona, VA Phoenix, and VA Southern Arizona Healthcare Systems - Attachment

Notice Date
4/6/2018
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26218Q9278
 
Response Due
4/20/2018
 
Archive Date
6/19/2018
 
Point of Contact
Lon-Det Givens
 
E-Mail Address
londet.givens@va.gov
(londet.givens@va.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). This is not a solicitation announcement. This is a Sources Sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) under NAICS 339113/Size Standard of 750 Employees. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites. Responses to this Sources Sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this Sources Sought announcement in order for their proposal to be considered. The Department of Veterans Affairs (VA), Veterans Integrated Service Network (VISN) 22, Prosthetics & Sensory Aids Service (PSAS) has an ongoing program to furnish Prosthetics and Orthotics Fabrication and Repair for those Veterans that require them and are eligible for assistance in the catchment area of the facilities listed below. The range of services shall encompass Healthcare Common Procedure Coding System (HCPCS) codes listed in the HCPCS Fee Schedule. The intention of NCO 22 is to solicit for proposals and award multiple contracts on a competitive basis with full and open competition under the authority of Title 38 U.S.C. Section 8123. The prosthetics and orthotics fabrication and repair are to be provided to the following VA facilities: Facility (Ordering Activity) Address VA Albuquerque Healthcare System 1501 San Pedro Drive, SE Albuquerque, NM 87108-5153 VA Phoenix Health Care System 650 E Indian School Rd Phoenix, AZ 85012-1892 VA Northern Arizona Healthcare System 500 N Hwy 89 Prescott, AZ 86313-5001 VA Southern Arizona Healthcare System 3601 South 6th Ave Tucson, AZ 85723-0001 GENERAL REQUIREMENTS A. Standards of Performance The Contractor shall fabricate all prostheses and orthotics in strict conformance to the prosthetic prescription that has been provided by the VA Clinic Team. The Contractor shall not add or substitute components or alter the veteran s prescription in any way without prior approval and written authorization from the VA Clinic Team Prosthetic Representative or designee. B. Educational and Training Requirements All contractors shall have a full-time American Board Certified (ABC), or Board for Orthotist-Prosthetist Certification (BOC), or VA Qualified (VAQP) Prosthetist on staff in good standing at each of their locations. A waiver for this requirement may be granted on a case-by-case basis for branch offices only in the event that VA determines this requirement would place an undue burden on the Veteran. VA reserves the right to verify Prosthetist(s) and Orthotist(s) credentials anytime during the term of this contract. A copy of the ABC/BOC Orthotist Certification with which location he/she is on full-time staff must be included in the Technical proposal submission of this solicitation. In the event that VA determines that the contractor is not meeting the above requirements, VA may terminate the contract for cause in accordance with the applicable clauses listed in the contract. See FAR Clause 52.212-4 paragraph (m). C. Special Education Requirements for Certain Prostheses The fitting and alignment of prosthetic limbs and associated services shall be performed under the supervision of a Prosthetist who has met the applicable educational and training requirements covered under the manufacturing training program for that device. New technologies require proof of training and only those Prosthetists specifically trained, or completing training for purposes of providing an item by the time of delivery of the item may provide the item and follow up services to a veteran. VA reserves the right to determine which technologies require specific training. VA will notify the Contractor when current technologies require specialized training from the manufacturer in order to provide to veterans. D. Special Education Requirements for Certain Orthoses The evaluation, fitting and delivery of the orthotics/services must be performed as detailed in the American Board for Certification s Scope of Practice. At a minimum, training shall include CAT/CAM, Longs Technique, NSNA and/or educational seminars specific to the fabrication and servicing of advanced components that were presented by organizations such as National Association for the Advancement of Orthotics and Prosthetics (NAAOP), American Academy of Orthotics and Prosthetics (AAOP), American Orthotic and Prosthetic Association (AOPA), International Association of Orthotics and Prosthetics (IAOP), or a formal program which is specifically designed to train Prosthetists/Orthotists in the fabrication of these items. Examples of such advanced Orthotic componentry would include spiral AFO/KAFO designs, stance control knee joints, RGO s, tenodesis orthoses, AFO or other devices that involve electrical stimulation of muscles, dynamic contracture orthoses, and any device that contains a microprocessor on-board unit. E. Approved Facilities All contractor facilities as well as other fabrication facilities such as commercial central fabrication facilities that will be utilized for this contract shall be listed in the proposal. All work required under this contract shall be conducted at the facility locations included in the contract. The Contractor s facilities shall be accredited either by the Facility Accreditation Program of the American Board for Certification in Orthotics and Prosthetics, Inc. (ABC) or the Accredited Facilities Program of the Board of Certification (BOC). VA reserves the right to conduct site visits of the facility and review accreditation and certification documents and standards at any time. A copy of the ABC/BOC Facility Certification for each location must be included in the Technical proposal submission of this solicitation. Throughout the duration of this contract, notification of any facilities which are added, changed or closed must immediately be conveyed to both the Contracting Officer and the COR to obtain approval before it may be used for this contract; added facilities must be ABC or BOC certified prior to any Veteran being seen or treated in the facility. If you are interested, and are capable of providing the required supplies please provide the requested information as indicated below. Responses to this notice should include: company name, address, point of contact, size of business pursuant to the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.) Is your company considered small under the NAICS code identified under this RFI? If not, is your company considered small under a related NAICS code? Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? Please provide general pricing for your products/solutions for market research purposes. Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to brand name or equal to items to establish capabilities for planning purposes? Responses to this notice shall be submitted via email to londet.givens@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, April 20, 2018 at 12:00 p.m. PDT. This notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this Sources Sought announcement. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. DISCLAIMER This Request for Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked a proprietary will be handled accordingly. In accordance with FAR 15.201, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q9278/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26218Q9278 36C26218Q9278.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4208070&FileName=36C26218Q9278-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4208070&FileName=36C26218Q9278-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04881764-W 20180408/180406231150-856ff4b8f2584950a9c77bd7b324475a (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.