Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 15, 2022 SAM #7624
SOLICITATION NOTICE

Q -- FY23: Locum Tenens Services- Infectious Diseases Physicians

Notice Date
10/13/2022 4:12:18 PM
 
Notice Type
Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24823Q0031
 
Response Due
10/19/2022 1:00:00 PM
 
Archive Date
11/18/2022
 
Point of Contact
Rosetta D Quinn, Contract Specialist
 
E-Mail Address
Rosetta.Quinn@va.gov
(Rosetta.Quinn@va.gov)
 
Awardee
null
 
Description
36C24823Q0031 0002 CONTINUATION PAGE SOLICTATION NUMBER 36C24823Q0031 AMENDMENT 0002 The purpose of this amendment is to make the following changes to the RFQ: B.2 SCHEDULE OF SERVICES, Period of Performance is hereby deleted and replace with Period of Performance: BASE PERIOD: 11-01-2022 to 05-31-2023. Section A.1 of the Price/Cost Schedule is hereby deleted and replace with Section B.2 Price Schedule: Period of Performance: BASE: November 01, 2022 through May 31, 2023 LINE ITEM SUB- LIN Description Estimated Quantity Unit Unit Price Estimated Total Annual Price 0001 None Infectious Diseases Physician Services 544 Hour TOTAL EDUCATIONAL COST FOR SIX (6) MONTHS $ Option 1: June 01, 2023 through October 31, 2023 LINE ITEM SUB- LIN Description Estimated Quantity Unit Unit Price Estimated Total Annual Price 1001 None Infectious Diseases Physician Services 544 Hour TOTAL EDUCATIONAL COST FOR OPTION ONE (1) $ Vendor Questions Question 1. What is the average volume of patients seen in the clinic per day? Answer #1. The average volume of patient seen in the clinic per day is four (4). Question 2. What is the average of patients seen in Inpatient service per day? Answer #2. The average volume of patient seen in Inpatient service per day is five (5). Question 3, page 8, Section 2 Qualifications indicates. ""Contractor's Infectious Disease Physician(s) must have a medical license and be individually registered with the DEA in the state where they will provide services under the contract.""  Please clarify if the DEA must be issued for prescriptive authority in the State of FL or if a national DEA is acceptable?  Note, page 11, section 2.1.9 DEA indicates DEA certificate, but does not clarify it must be issued for work in the State of FL only. Answer #3. The state the medical license is from, per our Medical Office Staff. Question 4. Section 2.9 page 13. Key Personnel. Key Personnel subsection 2.9.1 indicates services required is for .3 FTE (544 hours) however the SF1449 indicates 40 hours per week as 1 FTE.  Page 15, section 3 Hours of Operation, subsection 3.1.2. also imply 1 or 2 FTE contract Physicians are working normal clinic hours.  Please clarify in both areas as well as Price/Cost Schedule how many FTE are required for this opportunity and if possible, total hours required?  (Note, if less than 1 FTE, we may not be able to offer a proposal.  If at least 1 FTE at 40 hours per week, language referencing an IDIQ contract appears to be incorrect on the SF1449 as the contractor Infectious Disease Physician would be working the equivalent of 1 FTE.) Answer #4. One (1) physician will be needed to work forty hours per week. The minimum requirement will be 544 hours come on but me extended six (6) months for a total of 960 hours Question 5. Section 2.9 page 13. Key Personnel. Key Personnel subsection 2.9.1 i Please define the hours for 2 full time Physicians. Is it going to be 4000 hours for 2 FTEs? Answer #5. See response to number 4 above. Question 6. 2.9.2 page 13. Key Personnel. Is there any incumbent contractor? Answer #6. No, incumbent contractor, Question 7. Section 2.9 page 13. Key Personnel. Key Personnel subsection 2.9.1 Follow-on question to above. please clearly identify if this solicitation is requesting 1 FTE or 2 FTE?  Or, is the intent to have contract vendor secure IDIQ coverage using 2 credentialed Infectious Disease Physicians available to step in when needed?  (SOW and SF1449 are contradictory and confusing.)  Answer #7. Contractor shall provide Infectious Diseases Physicians Services on site by providing one (1) Full Time Equivalent (FTE) and at least one (1) Privileged Physician available for backup support the West Palm Beach VA Healthcare System (WPBVAHCS), located at 7305 North Military Trail. West Palm Beach, FL 33410. Question 8. Section 2.9.3 page 13 indicates we would have only 1 hour notice for any coverage gap on the shift.  If we have 1 FTE contractor Physician working and a VA Staff member calls out, only 1 hour to pull in our back-up contractor is not a reasonable amount of time.  If our FTE contractor Physician notifies us he/she cannot make a shift, we understand we would need to activate our back-up candidate to arrive as soon as possible, however 1 hour is likely not enough time.  Would you consider at least 2 hours or more in these instances? Answer #8. Yes. at least two (2) hours or more in these instances. Question 9. Page 15, Section 3 page 15, VA Business Hours. Is there any weekend or weekday night on call requirement for Inpatient service? Answer #9. Contractor s Infectious Disease Physician(s) shall be available and present in clinic during normal West Palm Beach VA Medical clinic hours, which will be established and maybe revised, as deem appropriate for patient care by the COS. Currently, normal clinic hours are 8:am to 4:00pm. The following changes has been made to included. Question 10. 4.3.6.1. page 19. Mandatory VA Training. Are there any Internal Medicine training residents or fellows? Answer #10. No, there are no Internal Medicine training residents or fellows? Question 11. Section E.8 page 75, 52.212-2 Evaluation-Commercial Products and Commercial Services (NOV 2021) in subsection (a) lists the factors as follows:  Technical Factor 1: Personnel, however no list of required documents is included as to what each candidate packet should contain?  For example, as described in page 25, Section 6.1.1. Upon proposal:  Copies of any and all licenses, board certifications, NPI, to include primary source verification of all licensed and certified staff/ Certification that staff list have been compared to OIG list,   No mention of CV - Curriculum Vitae or if any of the Attachment 1 thru Attachment 4 forms need to be included?  Please clarify all items to be included in Key Personnel candidate packets.  Answer #11. The following items which is required to be included in the Key Personnel candidate Packets is the following Licenses, DEA Certificate, Board Certification, NPI, BLS Certification, CV, VA Physician application (VA Form 10-2850), and three (3) References. Question 12. Section E.1 52.212-1 Instructions to Offerors indicates on page 66 in index (i), subindex (1)(i) references the GSA Index, however this is not a GSA Federal Supply Service contract since it is posted on sam.gov.  Please clarify or consider removing any reference to FSS - Federal Supply Service? Answer #12. any reference to FSS - Federal Supply Service is hereby removed. Question 13. Attachment 5 Past Performance Questionnaire is problematic.  Our previous and current clients have informed us they will not complete Past Performance Questionnaires for the following reasons:  They require their clinic legal team to review before submission and that takes too long to meet the deadline;  Clinical supervisory personnel/COR do not have the time to complete these as it Is disruptive to their primary duties; COR/Clinical Supervisor is no longer employed there and there is no one qualified or with knowledge to complete.   In lieu of the Past Performance Questionnaires, our clients have informed us they are more likely to answer these types of questions via a telephone call.  Based on this feedback, will you consider a list of our previous/current clients with specific/detailed contact information and/or rely on CPARS or other available performance methods you may have at your disposal? Answer #13 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. Please see attachment five (5) under section D.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ba0b4040faf24c738c49e8153be4284d/view)
 
Record
SN06492657-F 20221015/221013230100 (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.