Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 13,1998 PSA#2158

Department of Veteran Affairs, VA Medical Center (593), 1700 Vegas Drive, Las Vegas, NV 89106

Q -- PSYCHIATRIC HOSPITALIZATION & DETOX SERVICE- JCAHO FACILITY SOL RFP-593-P33-98 DUE 082598 POC Kathleen Randall or Dave Goodman FAX (702) 636-4081 or e-mail E-MAIL: Click here to contact Contracting Officer via e-mail, kathleen.randall@med.va.gov. The Las Vegas Department of Veterans Affairs (VA) Medical Center (VAMC) requires an Overflow Adult, Inpatient Psychiatric Care Services Contract which will include Locked Ward and Detoxification (Detox) Services to be provided to VA patients in accordance with specifications, terms and conditions. This will be a Non-Personal Services, Fixed-Price, estimated Requirements, Commercial Item Contract. Incorporated are provisions & clauses from FAC 97-04 (#62) and VAAR FR 4/9/98 (#17). SOLICITATION REQUESTS must be made by only e-mail or fax (702) 636-4081. Include YOUR fax # or e-mail address on requests. NO PHONE inquiries or requests. FACILITY MUST BE WITHIN CLARK COUNTY, NEVADA, and WITHIN 20-MILE RADIUS of 1700 Vegas Drive, Las Vegas, Nevada 89106. Must be JCAHO accredited. The Contract has a Base year with an additional Three (3) possible Option Years. Overflow Adult, Inpatient Locked Ward, Psychiatric Care Services and Detox Services shall be furnished to beneficiaries specifically authorized by the Las Vegas VAMC at the all-inclusive per diem rate negotiated. Current estimated average Bed Days of Care (BDC) is five (5) calendar days for Locked Ward and three (3) days for Detox. Patients shall include those veterans that may require emergency involuntary commitment. The rate negotiated is inclusive of all services that may be necessary in the patient's treatment and are usual and customary. This includes doctor visits and medications. The Contractor agrees that no additional charges shall be billed to the beneficiary or his/her family, either by the facility or a third party furnishing services or supplies required for such care. It is estimated that a possible average total of 90 patients per year will be referred by VAMC Las Vegas Nevada, during the Base Year, for Locked Ward Psychiatric Care and approximately 20 for Detox treatment under this contract. Contractor should thoroughly review the specifications and become familiar with the required areas of coverage prior to submitting an offer, in order to be fully aware of the scope of the services required. Failure to understand the contract's requirements will not relieve the Contractor from performing in accordance with the strict meaning and intent of the specifications. The cost proposed is to be all-inclusive, any costs not incorporated into the resultant contract will not be reimbursed by the Government. GENERAL REQUIREMENTS: (a) The Contractor shall provide all FACILITIES, management, supervision, manpower, materials, supplies and equipment to provide Overflow Adult, Inpatient Locked Ward, Psychiatric Care (hereafter referred to as Locked Ward Care) and Detox services for authorized beneficiaries of the Department of Veterans Affairs (VA). This includes Veterans that may require emergency involuntary commitment. The negotiated per diem rate for Locked Ward Care shall include counseling, medical care, all medications and prescriptions while receiving services, room, meals, nursing care, doctor visits, laboratory and radiological exams if necessary;and any other services or supplies normally provided other patients requiring psychiatric care, unless specifically excepted in this contract. The negotiated per diem rate for Detox Services shall include: All reasonable and necessary services and support normally required for these purposes and provided to any other patient at the Contractor Facility. Payments made by the VA under this contract shall constitute the total cost of care for all types of services. The Contractor agrees that no additional charges shall be billed to the beneficiary or his family, either by the facility or a third party furnishing services or supplies required for such care. PROCEDURE GUIDANCE: (a) Contractor shall possess the capability to provide evaluation and care of patients that consists of the following: (1) Biopsychosocial History.(2) Mental Status Examination.(3) Individual Assessment (to include emotional, behavioral, and substance abuse) and Treatment Plan.(4) Physical Examination (including blood work and x-rays).(5) Laboratory Screening Evaluation (Laboratory must be certified by College of American Pathology). (6) Psychological testing.(7) Follow-up laboratory testing. (8) Utilize a JCAHO approved standard approach to providing direct, continuous, comprehensive patient care.(9) Assists patients with activities of daily living. (10) Asses and document patient response to medications and treatment approaches administered. (11) Be able to initiate life saving measures.(12) Assure content and correctness of a prepared report and sign the document to validate its content. (b) The Contractor shall also possess the capability of providing the following, minimum, ancillary services: (1) Psychotherapy (individual and/or group). (2) Pharmacological intervention.(3) Individualized treatment plans.(4) Social Work Psychosocial Assessments. (5) Discharge planning. (6) Administer medications, as prescribed. EMPLOYEE WAGES/FRINGE BENEFITS: Persons performing work to fulfill the obligations of this Agreement shall be paid not less than those wages and fringe benefits found by the U.S. Department of Labor to prevail in the locality or, those minimum wages and fringe benefits set by Section 6(a)(1) of the Fair Labor Standards Act of 1938 (Subpart D, 29 CFR part 4) HEALTH REQUIREMENTS: Contractor certifies that his/her employees have received the following testing/immunizations within the past year & will maintain coverage during contract:Tuberculosis Testing -- The PPD test or radiological exam shall be repeated annually. (b) Rubella Testing. -- All contract personnel shall provide proof of immunization for measles, mumps, rubella or a rubella titer of 1:8 or greater. If the titer is less than 1:8, a rubella immunization must be administered with follow-up documentation to the COTR.(c) Immunizations -- For purposes of infection control, all Contract employees shall have required immunizations and any health action required by generally accepted public health standards and any immunizations necessitated by any outbreaks in the area. Contract personnel will not be allowed to perform duty until immunization documentation is provided to the COTR. (d) Health Restrictions -- Contract employees shall have no health or physical disability restrictions which interfere with the performance of duties.The full text of a solicitation provision may be accessed electronically at this/these address(es): www.arnet.gov/far/ & www.va.gov/oa&mm/vaar/ Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. 52.212-2 Evaluation -- Commercial Items. (OCT 1997)(a) 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 following factors shall be used to evaluate offers:FACTOR 1: EXPERIENCE AND STAFFING a. Evidence of JCAHO accreditation, date of last survey, expiration date, date of next survey. Indicate any conditions to accreditation. a. Mechanism for including VA patients in Performance Improvement plans and activities. b. Evidence of accreditation of laboratory (CAP or JCAHO), current applicable State licensing and/or Center for Disease Control (CDC) accreditation. c. Copy of current DEA certificate. d. Numbers and qualifications of physician and staff assigned to this contract work. e. Description of mechanism for maintaining continuity of care between VA and the facility. f. Description of mechanism for maintaining up to date medical records to include x-rays, test results, etc., and motions for safeguarding such records. g. Personnel turnover rate and how this may affect contract performance. h. Mechanism to schedule physician and staff to cover patient care activities. FACTOR 2: TECHNICAL a. JCAHO, Laboratory and other accreditation certificates. b. Policies, procedures, records, treatment plans of care. c. Patient Education information and activities d. Infection Control standards and universal precaution standards employed. e. Emergency preparedness plan . f. Performance measures in Performance Improvement, Customer Satisfaction evaluation. g. Effective process for securing, delivering and admitting patients. h. Provides for appropriate mechanism for involuntary commitment of patients. i. Appropriate, comprehensive and timely record keeping. FACTOR 3: COST/ PRICING -- Shown in Section B of Solicitation. FACTOR 4: FACILITIES/TRAINING a. Facilities condition. b.Size of facility c. Education, training, and competence assessment records of physicians and staff. FACTOR 5: GEOGRAPHIC LOCATION a. Specify location b. Facility must Be within Clark County, Nevada, and within 20-mile radius of 1700 Vegas Drive, Las Vegas, Nevada 89106. Site visit will be performed by VA evaluation panel. VA safety officer will note deficiencies found to be included in evaluation scoring. FACTOR 6: PAST HISTORY/EXPERIENCE -- Measured by performance issues from Las Vegas VAMC and similar medical treatment facilities. a. Past dealings with VA. b. Performance demonstrated (satisfactory, unsatisfactory). c. Evaluation of patient and staff satisfaction. FACTOR 7: INNOVATIONS/EXTRA VALUE OPTIONS AVAILABLE. a. Types of service, special care programs, innovation. b. Customer services . c. Public relations NOTE: Experience/Staffing and Technical factors, when combined, are slightly more important than all other evaluation factors, when combined, when compared to price. NOTE : THE GOVERNMENT RESERVES THE RIGHT TO AWARD, BASED ON EVALUATION OF PROPOSALS, WITHOUT DISCUSSIONS. This is an Unrestricted Solicitation since there's no expectation more than one small business may submit an offer. Posted 08/11/98 (W-SN235582). (0223)

Loren Data Corp. http://www.ld.com (SYN# 0100 19980813\Q-0012.SOL)


Q - Medical Services Index Page