SOURCES SOUGHT
Q -- 36C24922Q0146-Hemodialysis RN Services - 603
- Notice Date
- 1/28/2022 9:07:45 AM
- Notice Type
- Sources Sought
- NAICS
- 621492
— Kidney Dialysis Centers
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24922Q0146
- Response Due
- 2/11/2022 1:00:00 PM
- Archive Date
- 05/21/2022
- Point of Contact
- Olonzo Haynes, Contract Specialist, Phone: 615-225-6959
- E-Mail Address
-
Olonzo.Haynes@va.gov
(Olonzo.Haynes@va.gov)
- Awardee
- null
- Description
- Sources Sought Notice 36C24922Q0146 This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources (small and other than small) to perform a potential requirement. The Department of Veterans Affairs, Network Contracting Office 9, hereby provides notice of its anticipated award of a Blanket Purchase Agreement (BPA) to a qualified source. This BPA is expected to be awarded under FAR 13 Simplified Acquisition Procedures. The period of performance shall be for a period of five (5) years consisting of five (5) ordering periods beginning upon anticipated award date of 10/01/2022 through 09/30/2027. This BPA will provide an actively licensed Registered Nurses and support staff on site, to provide Hemodialysis (HD), Staff Assisted Peritoneal Dialysis (SAPD), Nurse Assisted Dialysis Access Procedure, Continuous Renal Replacement Therapy (CRRT), and Apheresis Services to beneficiaries of the Department of Veterans Affairs (VA) and the Robley Rex VAMC. The treatments will be provided in accordance with the VA Nephrologists orders. In carrying out its responsibilities for hemodialysis, CRRT and apheresis services, the contractor shall provide appropriate equipment as needed, including (3) Freensis machines, (3) Reverse Osmosis machines, (1) Cycler machine as needed and all dialysis direct consumables (i.e. Vinegar, blood lines, dialysate, saline, filers, reagents, etc.). The equipment must be safe, effective, reliable, and shall be maintained by the contractor according to manufacturer s expectations. In addition, the VA will provide the following Government Furnished Equipment: (3) Continuous Renal Replacement Therapy (CRRT) Machine and peritoneal Fluids, and PPE (incl. gloves, masks, etc). This requirement is for the Louisville Robley Rex VAMC located at 800 Zorn Ave., Louisville, KY, 40206-1433. THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capabilities by responding to this requirement no later than February 11, 2022 at 3:00PM, Central Standard Time (CST). Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. A determination not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. The Department of Veterans Affairs will NOT be responsible for any costs incurred by interested parties in responding to this notice. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) to be eligible for award. Interested parties are encouraged to furnish information by email only with RESPONSE TO SOURCES SOUGHT NOTICE 36C24922Q0146 HEMODIALYSIS RN SERVICES in the subject line. All documents submitted, will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed within this notice to Contract Specialist, Olonzo Haynes by email at Olonzo.Haynes@va.gov . The capability documentation should include general information and technical background describing in detail, the prospective contractor's capabilities, any relative experience that will demonstrate your ability to successfully perform this requirement, and your company s business size. Point of Contact: Olonzo Haynes, Contract Specialist e-mail above. NAICS code: 621492 and SBA Sized Standard is $41.5M PSC Q999 NOTE: Any respondent claiming SDVOSB and VOSB status must be registered and CVE verified in VetBiz Registry https://www.vip.vetbiz.va.gov/. EXCERPT FROM PERFORMANCE WORK STATEMENT (PWS) HEMODIALYSIS SERVICES ROBLEY REX VAMC Part I - General Introduction The Louisville Robley Rex VAMC located at 800 Zorn Ave. Louisville Kentucky is seeking Contractor shall furnish all personnel to provide services necessary to perform onsite Acute Hemodialysis Services to eligible beneficiaries of the Department of Veterans Affairs Medical Center, Robley Rex (hereinafter referred to as VAMC). The Contractor s staff care shall cover the range of Hemodialysis 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 that meets or exceeds the current recognized national standards as established by The American Society of Nephrology (ASN): American Society of Nephrology (asn-online.org). Place of Performance: Services shall be provided on site, VAMC 800 Zorn Ave. Louisville, KY 40059. Pricing Discussions: For the purpose of this sources sought notice, the Government is open to discussions with Industry (furthermore identified as potential offerors) to edit the estimated quantities of sub-line items displayed in the below proposed Contract Line Item Numbers (CLIN) structure to correspond with the number of tasks to be performed for each associated CLIN. Contractor is advised that any edits they propose, shall be accompanied with a brief statement of the offerors explanation or justification as to why they feel the estimated quantities need to be changed. The Contractor shall propose a minimum of 6 key personnel to be credentialed and be available for scheduling to meet the requirements of the anticipated contract. On-call sublines will be determined during the day shift, and is dependent on admission and needs of the facility. CLIN SUB-CLIN Services Description CPT Code Estimated Qty/Year. Unit 0001 HD Treatments 0001a HD Treatments Day Hours 8:00am-4:30pm 90935 500 Each 0001b HD Treatments On-call (After Hours) initiated after 4:30pm Monday Saturday, all day Sunday and Holidays 90935 100 Each 0002 Continuous Renal Replacement Therapy (CRRT) 0002a Continuous Renal Replacement Therapy (CRRT) Day Hours 8:00am-4:30pm 90947 150 Each 0002b Continuous Renal Replacement Therapy (CRRT) On-call (After Hours) initiated after 4:30pm Monday Saturday, all day Sunday and Holidays 90947 50 Each 0003 Dialysis Access Procedure- Nurse Support 0003a Dialysis Access Procedure- Nurse Support- On-Site 3 Each 0003b Dialysis Access Procedure- Nurse Support- On-Call After Hours) initiated after 4:30pm Monday Saturday, all day Sunday and Holidays 3 Each 0004 Apheresis Services (Plasma, Leuko, Erythrocya, Platelet) 0004a Apheresis Services (Plasma, Leuko, Erythrocya, Platelet) Day Hours (with equipment) Monday Saturday 8:00am 4:30pm 36511-36514 30 Each 0004b Apheresis Services (Plasma, Leuko, Erythrocya, Platelet) Day Hours (without equipment) Monday Saturday 8:00am 4:30pm 36511-36514 7 Each 0004c Apheresis Services (Plasma, Leuko, Erythrocya, Platelet) On-Call After Hours (with equipment) Initiated after 4:30pm Monday Saturday, all day Sunday and Holidays 36511-36514 5 Each 0004d Apheresis Services (Plasma, Leuko, Erythrocya, Platelet) On-Call After Hours (without equipment) Initiated after 4:30pm Monday Saturday, all day Sunday and Holidays 36511-36514 2 Each 0005 Staff Assisted Peritoneal Dialysis (VA providing dialysis solutions) (SAPD) 0005a Staff Assisted Peritoneal Dialysis (VA providing dialysis solutions) (SAPD) Monday -Saturday 8:00am-4:30pm 90947 5 Each 0005b Staff Assisted Peritoneal Dialysis (VA providing dialysis solutions) (SAPD) On-Call After Hours. Initiated after 4:30pm Monday Saturday, all day Sunday and Holidays 90947 5 Each Period of Performance This requirement is for a 5-year BPA consisting of one guaranteed base ordering period for one-year, with four (4) optional one-year ordering periods. Base period of performance will begin upon receipt of initial call order and last 365 days from issuance. Exercising optional ordering periods will be at the sole discretion of the VA and the evaluation of Contractor s performance is a determining factor. Base Ordering Period: 10/1/2022 through 09/30/2023 Ordering Period 1: 10/1/2023 through 09/30/2024 Ordering Period 2: 10/1/2024 through 09/30/2025 Ordering Period 3: 10/1/2025 through 09/30/2026 Ordering Period 4: 10/1/2026 through 09/30/2027 Performance Standards, Quality Assurance (QA) and Quality Improvement (QI) Quality Management/Quality Assurance Surveillance: Contract personnel shall be subject to Quality Management measures, such as patient satisfaction surveys, timely completion of medical records, and Peer Reviews. Contractor performance will be monitored by the government using the standards as outlined in this Performance Work Statement (PWS) and methods of surveillance detailed in the Quality Assurance Surveillance Plan (QASP). The QASP shall be attached to the resultant contract and shall define the methods and frequency of surveillance conducted. Patient Complaints: The CO will resolve complaints concerning Contractor relations with the Government employees or patients. The CO is final authority on validating complaints. If the Contractor is involved and named in a validated patient complaint, the Government reserves the right to refuse acceptance of the services of such personnel. This does not preclude refusal in the event of incidents involving physical or verbal abuse. The Government reserves the right to refuse acceptance of any Contractor personnel at any time after performance begins, if personal or professional conduct jeopardizes patient care or interferes with the regular and ordinary operation of the facility. Breaches of conduct include intoxication or debilitation resulting from drug use, theft, patient abuse, dereliction or negligence in performing directed tasks, or other conduct resulting in formal complaints by patient or other staff members to designated Government representatives. Standards for conduct shall mirror those prescribed by current federal personnel regulations. The CO and COR shall deal with issues raised concerning Contractor s conduct. The final arbiter on questions of acceptability is the CO. Performance Standards: Measure: Timeliness of Treatments Performance Requirement: All Treatments will be performed in accordance w/VAMC physician s orders in terms of timeliness and duration of treatment. Standard: All treatments are performed according to VAMC physician orders. Acceptable Quality Level: 100% meet standards Surveillance Method: COR will investigate all reported complaints (COR) Frequency: Quarterly Measure: Mandatory Education Requirements completed (TMS) Performance Requirement: Each clinician assigned to this contract is required to complete their annual mandatory TMS training (i.e. to be due on anniversary date of their start date). Standard: All contractors trainings are completed timely. Acceptable Quality Level: 90% Surveillance Method: TMS Report (COR) Frequency: Quarterly Measure: Contractor personnel will perform weekly bacteria cultures of Reverse Osmosis (RO) and Dialysis machines Performance Requirement: Cultures are performed weekly and results are communicated weekly to COR or designee. Standard: Cultures are performed weekly, 100% of the time. Results communicated weekly to COR or designee. Acceptable Quality Level: 100% Surveillance Method: Weekly results will be logged and maintained with the COR or designee. Frequency: Quarterly Measure: Documentation of bacteria culture results, action plan for results not meeting standards Performance Requirement: Timely notification and documentation of bacteria culture results requiring action (biweekly testing), any results falling outside AAMI standards will be documented, findings, action plans, and follow-up to the plans will be documented on the log sheet. Monthly reports will be provided to the COR or designee. Standard: Timely notification and documentation of bacteria culture results requiring action (biweekly testing), any results falling outside AAMI standards are documented, findings, action plans, and follow-up to the plans will be documented on the log sheet. Acceptable Quality Level: 95% Surveillance Method: Results will be logged monthly and maintained with the COR or designee. Frequency: Quarterly Measure: Documentation requirements Performance Requirement: Treatment documentation shall be entered into CPRS electronically and signed within 24 hours Standard: All treatment documentation is entered into CPRS electronically and signed within 24 hours. Acceptable Quality Level: 95% Surveillance Method: Vista ^TIU notes report (COR) Frequency: Quarterly Measure: Staff Competencies Performance Requirement: Contractor will provide copies of Nursing Staff s Annual Competencies, performance evaluations, License and BLS cards Standard: Contractor must provide copies of Nursing Staff s Annual Competencies, performance evaluations, License and BLS cards for each contractor listed on the contract. Acceptable Quality Level: 100% Surveillance Method: Employee file review (COR) Frequency: Quarterly END OF PWS EXCERPT END OF SOURCES SOUGHT NOTICE
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9462c50dac684d528d1a71fb7039e3de/view)
- Place of Performance
- Address: Department of Veterans Affairs Robley Rex Louisville Veterans Affairs Medical Center (VAMC) 800 Zorn Ave, Louisville, KY 40206-1433, USA
- Zip Code: 40206-1433
- Country: USA
- Zip Code: 40206-1433
- Record
- SN06227793-F 20220130/220129201527 (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 |