Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 21,1997 PSA#1977

Department of Veterans Affairs, James A. Haley Veterans Hospital, AMMS (90C), 13000 Bruce B. Downs Blvd., Tampa, FL 33612

Q -- MEDICAL SERVICES -- LAB AND X RAY SERVICE AND SPACE SOL 673-56-98 DUE 121897 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 700 square feet of space located in Hernando County of Florida for the period of February 1, 1998 thru February 1, 1999 with an option to renew for two additional one year periods. The services and space must be located within the delineated area of north: a line beginning at Sunshine Grove, east/west along Yontz Road, south: Cortez Blvd., Wiscon Rd., Broad St., Cortez Blvd., east: a line along McIntyre Road beginning at County Road 480 and terminating on US Route 98, west: Sunshine Grove Road. Spaces within the delineated areas and adjacent to the boundaries will be considered. 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 97-01. 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 50 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, CXR, routine film, IVP, and mammography -- 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. Approximately 700 sq. ft. of space. The space shall be subdivided to provide the following rooms and functions: a. Two patient exam rooms -- the rooms 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. All rooms will be freshly painted with colors approved by the VA. VCT flooring and base cove will be provided in the exam/triage/storage/toilet areas. Carpet and base cover will be provided in office and waiting rooms. The carpet will be approved by the VA from samples provided. The offeror will provide for containment and proper disposal of hazardous and nonhazardous waste materials. Appropriate directional signage on grounds and within the building will be required by the Offeror. 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 for the veterans, close to public transportation, and a commercially safe neighborhood. 4. Expansion potential. 5. Reasonable assurance that space/services will remain available for the duration of the contract. 6. Cost. The offeror will provide documentation of the six 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. The solicitation number shall be listed on the mailing envelope for identification purposes. (0323)

Loren Data Corp. http://www.ld.com (SYN# 0067 19971121\Q-0012.SOL)


Q - Medical Services Index Page