Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 03, 2023 SAM #7738
SOURCES SOUGHT

Q -- Electrophysiologist, and Certified Pacemaker Technician Services for Lebanon VAMC

Notice Date
2/1/2023 9:43:48 AM
 
Notice Type
Sources Sought
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24423Q0389
 
Response Due
2/7/2023 12:00:00 PM
 
Archive Date
02/22/2023
 
Point of Contact
Jami Cade, Contract Specialist, Phone: Email Only, Fax: Email Only
 
E-Mail Address
jami.cade@va.gov
(jami.cade@va.gov)
 
Awardee
null
 
Description
36C24423Q0389 2 of 5 THIS IS NOT A SOLICITATION. This is a Sources Sought Notice only and is issued to conduct market research and gain knowledge of current market capabilities. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or a guarantee to issue a solicitation in the future. This notice does not commit the Government to contract for any supply or service. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Not responding to this notice does not preclude participation in any future solicitation, if issued. This announcement is based on the best information available at this time and is subject to future amendment. No solicitation document is available at this time; this notice is to acquire information only. The Department of Veterans Affairs, Network Contracting Office 4, is conducting a market survey to identify potential sources to perform a firm fixed price contract for procurement of Board Certified or Board Eligible Physician Electrophysiologist and Certified Pacemaker Technician services, as synopsized below. The Government anticipates a performance period of five years. SYNOPSIS GENERAL: Services Provided: The Contractor shall provide a Board Certified or Board Eligible Physician Electrophysiologist, and Certified Pacemaker Technicians, to beneficiaries of the Department of Veterans Affairs (VA) and the LVAMC. Place of Performance - Services will be provided on site, at the Lebanon VA Medical Center, 1700 South Lincoln Avenue, Lebanon, PA 17042 or offsite at the vendor's network of clinical site locations. Vendor site locations for in person services must be within a 50-mile radius of the LVAMC. Services maybe provided by virtual telemedicine from the vendor's network of clinical site locations to the Veteran's location. Authority: Title 38 USC 8153, Health Care Resources (HCR) sharing Authority. Policy/Handbooks the contractor shall be subject to the following policies, including any subsequent updates during the period of performance: VA Directive 1663: Health Care Resources Contracting - Buying VHA Directive 2010-018 Facility Infrastructure VHA Directive 1192 Seasonal Influenza Prevention Program VHA Handbook 1100.17: National Practitioner Data Bank Reports - https://www.va.gov/vhapublications/ViewPublication.asp?pub_ID=2135 VHA Handbook 1100.18 Reporting and Responding to State Licensing Boards VHA Handbook 1100.19 Credentialing and Privileging VHA Handbook 1400.01 Resident Supervision VHA Handbook 1907.01 Health Information Management and Health Records: Privacy Act of 1974 (5 U.S.C. 552a) as amended QUALIFICATIONS: Staff/Facility EP Physician License - The Contractor s physician(s) assigned by the Contractor to perform the services covered by this contract shall have a current license to practice medicine in any State, Territory, or Commonwealth of the United States or the District of Columbia. All licenses held by the personnel working on this contract shall be full and unrestricted licenses. Contractor s physician(s) who have current, full and unrestricted licenses in one or more states, but who have, or ever had, a license restricted, suspended, revoked, voluntarily revoked, voluntarily surrendered pending action or denied upon application will not be considered for the purposes of this contract. Board Certification - All Contractor s physician(s) shall be Board Certified or Board Eligible by the American Board of Internal Medicine in Electrophysiology http://www.abim.org/, and be currently certified in Basic Life Support (BLS) or Advanced Cardiac Life Support (ACLS) or equivalency. All continuing education courses required for maintaining certification must be kept up to date at all times. Documentation verifying current certification shall be provided by the Contractor to the VA COR on an annual basis for each year of contract performance. Credentialing and Privileging Credentialing and privileging is to be done in accordance with the provisions of VHA Handbook 1100.19 referenced above. The Contractor is responsible to ensure that proposed physician(s) possesses the requisite credentials enabling the granting of privileges. No services shall be provided by any Contractor s physician(s) prior to obtaining approval by the Lebanon VA Medical Center Professional Standards Board, Medical Executive Board and Medical Center Director. If a Contractor s physician(s) is not credentialed and privileged or has credentials/privileges suspended or revoked, the Contractor shall furnish an acceptable substitute without any additional cost to the government. Pacemaker Technician Certification - Pacemaker Technicians shall be fully trained and certified in pacemaker interrogation. Technical Proficiency - Contractor s physician(s) shall be technically proficient in the skills necessary to fulfill the government s requirements, including the ability to speak, understand, read and write English fluently. Contractor shall provide documents upon request of the CO/COR to verify current and ongoing competency, skills, certification and/or licensure related to the provision of care, treatment and/or services performed. Contractor shall provide verifiable evidence of all educational and training experiences including any gaps in educational history for all Contractor s physician(s) and Contractor s physician(s) shall be responsible for abiding by the Facility's Medical Staff By-Laws, rules, and regulations (referenced herein) that govern medical staff behavior. Key Personnel: The VA Full Time Equivalency (FTE) for the services required is 0.4 FTE for Electrophysiology Physician Services and 0.8 FTE for Pacemaker Technician Services. FTE is defined by VA as a minimum of 80 hours every two weeks and does not include holidays. The Contractor shall be responsible for providing coverage to the VA during periods of vacancies of the Contractor s personnel due to sick leave, personal leave, vacations and additional coverage as required. In the event a scheduled physician is unable to complete an assigned shift, the contractor shall provide replacement physician coverage within 2 hours and notify the Contracting Office Representative (COR) at the Lebanon VA Medical Center immediately of the schedule change. CONTRACTOR RESPONSIBILITIES: Clinical Personnel Required: The Contractor shall provide physician(s) and technicians who are competent, qualified per this performance work statement and adequately trained to perform assigned duties. Contractor s physician(s) and technician(s) shall be responsible for signing in and out when in attendance. Time sheets will be used by the COR to confirm hours/day and services provided against the contractor s invoices. Standards of Care: The Contractor s physician(s) care shall cover the range of EP Cardiology and Pacemaker 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 College of Cardiology (ACC): https://www.acc.org/guidelines. VA Standards: VHA Directive 2006-041 Veterans Health Care Service Standards (expired but still in effect pending revision) The professional standards of the Joint Commission (TJC) http://www.jointcommission.org/standards_information/hap_requirements.aspx The standards of the American Hospital Association (AHA) http://www.hpoe.org/resources?show=100&type=8 Direct Patient Care: 95% of time direct patient care. Contractor shall be responsible for providing patient care in the Pacemaker Clinic and Electrophysiology/Arrhythmia Clinic. Scope of Care: Electrophysiologist (s) to perform the requirements herein described to include but not limited to: Attend, operate, and supervise Arrhythmia, and Pacemaker clinics; Technicians will review data within the encrypted VA based system from National ICD Alert Center for triage purposes and contact the Attending Cardiologist for alerts that require immediate interpretation. Technicians will update device clinic records, data and demographics and take appropriate action for all pacemaker alerts from the National ICD Alert Center. Clinic Responsibilities: Contractor s Physician(s) and Technicians shall be present at the scheduled clinic start times as documented by physical presence in the clinic at the scheduled start time. Medications: Contractor s Physician(s) and Technicians shall follow all established medication policies and procedures. No sample medications shall be provided to patients. Discharge education: Provide discharge education and follow up instructions that are coordinated with the next care setting for all emergency department patients. Administrative: estimated 5% of time not involved in direct patient care for documentation. (END SYNOPSIS) Capabilities Statement and Documentation: Vendors are invited to provide their capabilities, experience, and knowledge in the provision of Physician Electrophysiologist and Certified Pacemaker Technician services. Vendors are asked to provide information to demonstrate their answers to the following items of information: 1. General information about your firm to include: Company Name: Company Address: Socioeconomic Status: GSA Contract Number covering these services and Expiration Date (if applicable): Additional Contract Vehicles covering these services and Expiration Date (if applicable): Company System for Award Management Unique Entity Identifier (UEI): Company NAICS Code(s): Point of Contact Name: Point of Contact Phone Number: Point of Contact Email Address: Company Website (if available): 2. Provide a general summary of your firm s ability to provide the services described in this announcement. In addition to a Capability Statement, submissions can include specifications, brochures, and manuals as attachments. 3. The North American Industry Classification System Code (NAICS) is 561320 Temporary Help Services, and the Small Business Size Standard is $34.0 million. If your firm considers a different NAICS code more appropriate for this procurement, please indicate such in the response. 4. Based on market response, the following clauses may be included in a resulting solicitation, should one be issued: VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside VAAR 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside FAR 52.219-6, Notice of Total Small Business Set-Aside Accordingly, prospective vendors will be required at time of solicitation response to certify to the applicable limitation on subcontracting requirements in 13 CFR 125.6, with reference to the appropriate set-aside. Please include in the response to this sources sought notice your ability or inability to certify to the clause applicable to your organization. Please note that SDVOSB and VOSB vendors must be registered and verified in VA s Vendor Information Pages database to participate in VA procurements set aside for SDVOSB or VOSB competition. Additionally, in accordance with FAR 4.11, prospective vendors must be registered in the System for Award Management (SAM) database and must complete electronic annual representations and certifications in SAM prior to award of a contract. SAM is located at https://sam.gov/SAM/ and consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is no cost to use SAM. 7. Response: Submit responses via email to Contract Specialist Jami Cade at jami.cade@va.gov no later than 3:00 PM ET, 02/07/2023, with Sources Sought number 36C24423Q0389 in the subject line. Telephone responses will not be accepted. The government will not provide feedback in response to vendor questions about the requirement at this time. If you identify ambiguities or have concerns about anything in the description of the requirement, however, please include them with your response. Confirming receipt of the response is the responsibility of the vendor. Contact the contract specialist if the government does not confirm receipt of the sources sought response within 2 business days.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5739bdb0b04e4a77a6d1ae377e873c8f/view)
 
Place of Performance
Address: Lebanon VA Medical Center 1700 S Lincoln Ave, Lebanon 17042, USA
Zip Code: 17042
Country: USA
 
Record
SN06579835-F 20230203/230201230117 (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.