|
COMMERCE BUSINESS DAILY ISSUE OF JULY 9,1997 PSA#1883Department of Veterans Affairs, James A. Haley Veterans Hospital, AMMS
(90C), 13000 Bruce B. Downs Blvd., Tampa, FL 33612 Q -- LAB AND X-RAY SERVICES AND SPACE SOL 673-82-97 DUE 072297 POC
Annette Neideffer, 813-972-7635 The James A. Haley Veterans Hospital,
Tampa, FL intends to award a contract for stat laboratory tests,
routine x-rays, and approximately 600 square feet of space located in
Polk County of Florida for the period of August 18, 1997 thru August
17, 1998 with an option to renew for two additional one year periods.
The space must be located within 20 minutes drive time to a hospital
that can provide emergency health care. The services and space must be
located within the same complex. The offeror's space should have
potential expansion capabilities of approximately 600 sq. ft. 8999 SIC
code applies and the size standard is $5 million. This is a combined
synopsis for commercial items prepared in accordance with subparts in
12.6, as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation; proposals
are being requested and a written solicitation will not be issued.
This solicitation is issued as a request for proposal. The solicitation
and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 90-46. The James A. Haley Veterans
Hospital intends to purchase the following services for Monday through
Friday 7:00 a.m. to 5:00 p.m., excluding federal holidays. 1. Stat lab
tests -- estimated quantity is 100 per month. The results for the tests
are needed within 2 hours. 2. Stat x-rays -- estimated quantity is 2
per month. The reading and report are needed in less than 1 hour. 3.
Routine x-rays -- estimated quantity is 85 per month. The reading and
report are needed in less than 3 hours. Interpretations must be loaded
on a disk in a format which allows uploading into the VA computer
system. All radiation-producing equipment must have current
medical/physicist evaluation and testing documentation. Included in
requirements is current HRS certification for each unit. The
interpretation of radiographic images will be done by a Board-Certified
Radiologist, only. The actual performance for producing radiographic
images will be done by an ARRT Technologist, only. 4. 600 sq. ft. of
space. The space shall be subdivided to provide the following rooms and
functions: a. One patient exam room -- the room should be approximately
120 square feet and have one lavatory with gooseneck spigot and wrist
valve handles. The exam room shall include provisions for patient
privacy and have wall terminals for telephone/computer data
communication. b. Waiting room -- approximately 80 square feet in a
location adjacent to the examination and nurse triage office. The
waiting area will have seating for 10-15 people. c. Two toilet
facilities between 50-75 sq. ft. that are handicap equipped and located
in close proximity to clinic rooms and waiting room. d. One doctor's
office -- approximately 120 sq. ft. located centrally to the exam room.
The doctor's office shall have wall terminals for telephone and
computer data communications. e. One reception/nurse triage office --
approximately 120 sq. ft. located adjacent to the exam room and
doctor's office. This room shall have terminals for telephone and
computer data communication. f. One storage room -- approximately 30
sq. ft. The additional requirements are as follows: a. The parking will
conform to local zoning codes. b. Basic utilities (water and electric)
shall be provided. c. The space shall be located within walking
distance of a public transit service. d. Resources for emergency spill
response shall be made available. e. Building security will be
provided. f. Janitorial services will be provided. g. Building/grounds
maintenance and pest control services will be provided. h. Central
heat and air conditioning will be provided. i. The offeror is
responsible for total maintenance of space. Building equipment and
maintenance requirements are to be met by the offeror. The clinical
setting must demonstrate credentialing by JCAHO or similar
credentialing agency. If this is a condominium ownership, this contract
is contingent upon legal review of all condominium documents, including
decoration of condominium, by laws, rules, and regulations, etc. Items
#1 -- #3 prices will be provided at the Medicare rate minus a certain
percentage. You will provide the percentage discount for each item.
Item #4 price will be provided per sq. ft. and monthly cost. The prices
for Items #1 -- #4 will be provided for the base year and two
additional one-year periods. A one line drawing scaled with dimensions
of the space, address of the space, proof of ownership and insurance
-- the professional liability insurance issued by a responsible carrier
of not less than the following amount(s) per specialty per occurrence:
$250,000, description work for janitorial, security, and pest control
will be provided with your offer. All offers will be evaluated and
considered in accordance with the following evaluation factors: 1.
Ability to provide services. 2. Clinic space design/set-up. 3. Location
-- ease of access, close to public transportation, close to County
Service Officers' office, and a commercially safe neighborhood. 4.
Expansion potential. 5. Reasonable assurance that space/services will
remain available of the duration of the contract. 6. Cost. The offeror
will provide documentation of the four evaluation factors. These
factors are listed according to their importance with number 1 being
the most important, then #2, #3, #4, #5, and #6. The Government will
award a contract resulting from this solicitation to the responsible
offeror whose offer conforming to the solicitation will be most
advantageous to the government, price and other factors considered. The
Government reserves the right to award a contract to other than the
lowest offeror or not to make an award if it is deemed to serve its
best interest. The following provisions and clauses apply to this
acquisition. These clauses and provisions are available in full text
upon request. The provisions at 52.212-1, 52.212-2, and 52.212-3 (must
be returned with proposal)apply to this acquisition. The VAAR
provision 852.219-70 applies to this acquisition. The clauses at
52.212-4, 52.212-5, 52.215-2, 52.217-8, 52.217-9, 52.224-1, 52.232-19,
and 52.232-33 apply to this acquisition. The VAAR clause 852.237-7 and
852.271-70 applies to this acquisition. (0184) Loren Data Corp. http://www.ld.com (SYN# 0052 19970709\Q-0011.SOL)
Q - Medical Services Index Page
|
|