Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 01, 2019 SAM #6576
SOLICITATION NOTICE

65 -- Durable Medical Equipment

Notice Date
11/29/2019 10:18:10 AM
 
Notice Type
Solicitation
 
NAICS
621610 — Home Health Care Services
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24120Q0013
 
Response Due
12/27/2019 8:59:59 PM
 
Archive Date
01/11/2020
 
Point of Contact
Clark CrandallContracting Specialist774-826-3424
 
E-Mail Address
clark.crandall@va.gov
(clark.crandall@va.gov)
 
Awardee
null
 
Description
The Department of Veteran Affairs intends to solicit for the following:VA New England Healthcare System has an ongoing requirement for the pickup, delivery, storage and routine service/refurbishment of Durable Medical Equipment (DME) (& Home Telehealth Technology devices only where applicable) for Veteran patients served by its eight medical centers and its associated outpatient clinics (and neighboring state New York, where a VISN 1 patient may live). The total number of DME & Home Telehealth patients at each VA site is subject to change. Prior to the award, the contractor must meet/exceed the standards of the Joint Commission of Health Care Organizations (Joint Commission) and the Center for Medicare and Medicaid Services (CMS). Written documentation must be provided to support this statement.The intended period of coverage for this contract will be January 1, 2020 through December 31, 2020. The Department of Veterans Affairs reserves the right to exercise extensions (up to four option years), subject to the availability of funds. Durable Medical Equipment Services General RequirementsOfferor (also known as contractor or vendor) shall provide all labor, parts, equipment, transportation, fuel, and supervision necessary to provide storage, delivery set up, in-house instruction, and/or pick-up of durable medical equipment for VA beneficiaries of the VAMC, in accordance with the terms, conditions, special provisions and schedule contained herein. The vendor will have (or put in place within one calendar month) an electronic computer system that shows all VA required forms and documentation. This will be accessible to all VA personnel, as determined by the VA COR, at no cost to the VA, with access codes provided by the vendor. The system will be secure and meet all applicable VA IT rules and regulations and Privacy-HIPAA and Privacy-Information Security rules and regulations. This system will not require additional work by VA staff to develop any intermediary system to access the offeror s system. This system does not preclude VA patient information being provided on a requested basis through PKI encrypted e-mail and/or by secure fax machine.The vendor will have all applicable staff that handle patient-specific information request PKI encryption access through the VA process and provide appropriate training on how to send and retrieve encrypted e-mails.Area of ResponsibilityAll VISN 1 patients in the normal VA New England Services area. These include patients who use the following VISN1 Medical Center Facilities:VA Maine Healthcare System in Togus, MEVA Medical Center in Manchester, NHVA Medical Center in White River Junction, VTVA Medical Center in Bedford, MAVA Boston Healthcare System in Boston, West Roxbury and Brockton, MAVA Connecticut Healthcare System in West Haven and Newington, CTVA Central Western Massachusetts Healthcare System in Leeds, MAVA Medical Center in Providence, RIAlso, all the associated Community Based Outpatient Centers (CBOC) for above mentioned medical centers. Some VISN 1 patients live outside of the normal VA New England Service area, namely the State of New York. The Contractor must have staff that has licenses for the State of New York in order to provide the same level of care and maintain timeliness.Nearly all of the VISN 1 facilities have patients that live both in the state where the VA facility is located but also neighboring states. The Contractor must have staff that has licenses for neighboring states in order to provide the same level of care and maintain the timeliness standards outlined in the forthcoming solicitation s Statement of Work (SOW).General Contracting InformationThe Government intends to award an Indefinite Delivery, Indefinite Quantity (IDIQ) contract resulting from the solicitation to the responsive offeror whose offer conforms to the solicitation and will be most advantageous to the government in terms of price and other considered factors. The applicable NAICS code is 621610 with a size standard of $16.5 million. Solicitation 36C24120Q0013 will be available for download from Contract Opportunities on November 30, 2019 or early December 2019. The close date will be on December 20, 2019 at 2:00 PM EST time. All prospective offerors must be registered in the System for Award Management (SAM) prior to award of the contract. Registration may be accomplished at www.sam.gov. Questions concerning this procurement may be directed to the contracting officer Clark Crandall at clark.crandall@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/079da7ee24ca4cb38fea958ea3088f0f/view)
 
Record
SN05505356-F 20191201/191204043903 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.