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