|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 10,1998 PSA#2177Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 Q -- OTHER MEDICAL SERVICES, PERFUSION SOL N00244-98-R-0141 DUE 092198
POC Contract Specialist, Lynda Burton (619)532-2569 WEB: Click here to
find out more about FISC, San Diego, http://sd.fisc.navy.mil. E-MAIL:
Click here to contact the contract specialist via,
fiscsd_bid_officer@fmso.navy.mil. This procurement is unrestricted; all
responsible sources may submit an offer. This is a combined
synopsis/solicitation for commercial work prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; proposals are being requested and a separate
written solicitation will not be issued. Solicitation Number
N00244-98-R-0141 applies and is issued as a Request for Proposal. This
solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Regulation Circular 97-07
and Defense Acquisition 91-13. The standard industrial classification
is 8099, with a small business size standard of $5 Million. The
contractor will perform a full range of perfusion procedures for the
Cardiothoracic Surgery Division at Naval Medical Center, San Diego, CA.
The proposed contract is a nonpersonal health care requirement. Payment
will be based on the accomplishmentof a specific result. The proposed
contract type is a firm fixed price, and proposed unit prices must
include all incidental costs. (A) SUPPLIES/SERVICES AND PRICING
SCHEDULE: Item 0001 CARDIOPULMONARY BYPASS (25 Cases Per Month) Qty:
300 EA Item 0002 AUTOTRANSFUSION SERVICE (3 Per Month) Qty: 36 EA Item
0003 VENTRICULAR ASSIST DEVICE (3/Days Per Month-1 Day @24/Hr) Qty: 36
DAY Item 0004 VENTRICULAR ASSIST DEVICE SET UP (1 Per Month) Qty: 12 EA
Item 0005 ECMO (1 Day Per Month @24Hr/Day) Qty 12 DAY Item 0006 ECMO
SET UP (1 Per Month) Qty: 12 EA Item 0007 ANGIOPLASTY (5 Jobs Per Month
-1 Job@/3Hrs) Qty: 60 JOB Item 0008 Techical Evaluation Reports are
required for all work -- 1 Lot/Not Separately Priced (Reports are to be
prepared In accordance with commercial format(s) as approved by the
government) (B) STATEMENT OF WORK: The Contractor will perform a full
range of perfusion procedures that shall include the administration of
all perfusion procedures as described herein. The Contractor shall be
available to provide services twenty four hours per day /seven days a
week for all elective and emergent procedures. Emergent/non-emergent
procedures are to include the following: Cardiopulmonary Bypass (CPB);
Cardiopulmonary Support (CPS); Non-cardiopulmonary Bypass
Autotransfusion; Left and Right Ventricular Assist Device Capability;
Extra-corporeal Membrane Oxygenation; Standby for Angioplasty; Standby
for off-pump CABG procedures; Operating Room Standby; Pre-operative
briefings for all surgical procedures; Administration of medical
records and technical data required by the Navy. The Perfusion Group
duties are as follows: Prepare and assemble the heart-lung machine and
other related extracorporeal apparatus so as to be compatible with
each patient, pathology and type of case. Operate and maintain such
machines, pumps and apparatus during the surgical procedure using
extracorporeal circulation. Maintain continual surveillance of such
machines, pumps and apparatus in reaction to the physical and chemical
changes produced in the patient's vascular system by obtaining blood
samples for the purpose of appropriate chemical tests. Disassemble and
clean the apparatus upon completion of procedure. Manage cell-saver
and blood salvaging devices when required. Manage ventricular assist
device while in use. Maintain all perfusion machines/apparatus in the
appropriate working condition at all times. Provide periodic
seminars/training sessions to all staff/students assigned the
Cardiothoracic Surgery Division PERSONNEL REQUIREMENTS: The contractor
shall provide a sufficient number of perfusionists to meet the
requirements of the contract. The minimum qualifications and future
qualifications for personnel performing under this contract follows:
Perfusionists currently meet and will continue to meet applicable
qualifications set forth in compliance with NMCSD and BUMED policies,
procedures and regulations; Certificate, diploma or degree in Perfusion
or proof of on the job training; Annual Board certification by the
American Board of Cardiovascular Perfusion; Current BCLS with
recertification every two years The contractor will designate one
perfusionist as the Chief of Perfusion Services. This appointment must
be approved by the head of the Cardiothoracic Surgery Division, whom
will act as the medical liaison between the government and the
contractor. The responsibilities of the chief perfusionist are as
follows: Daily consultation with the Cardiothoracic Surgery Division
Head. Maintain a log book and ensure compliance of credentialing
required by the Joint Commission of Accreditation of Healthcare
Organizations (JCAHO), the American Board of Cardiovascular Perfusion,
the American Hospital Association (AHA) and the American Medical
Association (AMA) for perfusionists provided by the Contractor as noted
herein. Maintain a log book and ensure compliance of all quality
assurance issues as noted herein. HEALTH Physical examination with
evidence of sound physical and mental health every five years up to age
fifty, every two years thereafter.Documentation of immunity to MMR.
Annual Negative Tuberculin Skin Test. Documentation of immunity to
Hepatitis B or show proof of receiving vaccination QUALITY OF SERVICE
The services specified in this contract shall be done according to the
principles and ethics of the medical profession including training,
licensure and experience currently required as a perfusionist in the
cardiovascular field. The quality of health care provided will meet or
exceed the current recognized standards established by the Joint
Commission of Accreditation of Healthcare Organizations (JCAHO), the
American Board of Cardiovascular Perfusion, the American Hospital
Association (AHA), the American Medical Association (AMA), and those
other profession associations which specify standards of performance
for the medical profession. In all cases, the dignity of the patient
will be given the highest regard, and the precepts of the American
Hospital Association's Bill of Rights for Patients shall be observed.
INDEPENDENT CONTRACTOR as defined at FAR Clause 52.237-7 incorporated
herein. The Contractor shall not in any manner represent or infer that
it is an instrumentality or agent of the United States Government. The
Contractor shall recognize that the Commander of NMCSD maintains
administrative and operational responsibility for all activities within
the command and may take such actions as necessary to preserve and
maintain the integrity of the command, subject to the limitations
prescribed by law and U.S. Navy Regulations. (C) APPLICABLE CONTRACT
CLAUSES The following clauses are hereby incorporated by reference or
full text as appropriate: FAR 52.212-4, CONTRACT TERMS AND
CONDITIONS-COMMERCIAL ITEMS; Addendum to FAR 52.212-4: 52.216-18,
Ordering -- Base Year -- from date of award to one year thereafter and
four one year options; 52.216.22, Indefinite Quantity; 5252.216-9402,
Oral Orders; 52.217-8, Option to Extend Services; 52.217-9, Option to
Extend the Term of the Contract; 52.222-46; Evaluation of Compensation
For Professional Employees 52.232-18, Availability of Funds; 52.237-2,
Protection of Government Building, Equipment and Vegetation; 52.237-7
Indemnification and Medical Liability Insurance-*amount not less than
amount normally prevailing within the San Diego Area; Designation of
Ordering Activity: Naval Medical Center, San Diego (NMCSD), CA;
5252.237-9401 Personnel Qualifications (Minimum) Personnel assigned to
or utilized by the Contractor in the performance of this contract
shall, as a minimum, meet the experience, educational, or other
background requirements set forth in the Statement of Work and shall be
fully capable of performing in an efficient, reliable, and professional
manner. The Contractor will submit resumes for the proposed personnel.
The Government will review resumes of Contractor personnel proposed to
be assigned, and if personnel are not currently in the employ of the
Contractor, a written agreement from the potential employee to work
will be submitted. The government will review the resumes for the
purpose of ascertaining their qualifications relative to the personnel
qualifications included in the Statement of Work. The contractor
agrees to assign to the contract those persons whose resumes, personnel
data forms or personnel qualifications statements were submitted and
approved by the government to fill the requirements of the contract. No
substitution of personnel will be made except with prior approval of
the contracting officer. All proposed substitutions will be submitted
in writing, to the Contracting Officer at least 15 days prior to the
proposed substitution. All proposed substitutes shall have
qualifications that are equal or higher than the qualifications of the
person being replaced. If a government contracting officer questions
the qualifications or competence of any person performing under the
contract, the burden of proof to sustain that the person is qualified
as prescribed herein shall be upon the Contractor. The Contractor must
have the personnel, organization, and administrative control necessary
to ensure that the services performed meet all requirements specified
in delivery orders. The work history of each contractor employee shall
contain experience directly related to the tasks and functions to be
assigned. The Ordering Officer reserves the right to determine if a
given work history contains necessary and sufficiently detailed,
related experience to reasonably ensure the ability for effective and
efficient performance. 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED
TO IMPLEMENT STATUES OR EXECUTIVE ORDERS AND INCLUDES THE FOLLOWING
APPLICABLE CLAUSES (a) 52.222-3, Convict Labor and (2) 52.233-3,
Protest After Award ; (b): 52.203-6, Restrictions on Subcontractor
Sales to the Government-Alt 1; 52-203-10, Price or Fee Adjustment for
Illegal or Improper Activity; 52.219-8, Utilization of Small Business
Concerns and Small Disadvantaged Business Concerns; ) ;52.222-26, Equal
Opportunity; 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans ; 52.222-36, Affirmative Action for Handicapped
Workers; 52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era 252.212-7001,CONTRACT TERMS AND CONDITIONS
REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO
DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (a) The Contractor agrees to
comply with the Defense Federal Acquisition Regulation Supplement
(DFARS) clause 252.247-7023, Transportation of Supplies by Sea, which
is included in this contract by reference (b) The Contractor agrees to
comply with the following DFARS clauses: 252.205-7000, Provision of
Information to Cooperative Agreement Holders; 52.219-7009, Small
Business and Small Disadvantaged Business Subcontracting
Plan;252-247-7024, Notification of Transportation of Supplies by Sea
52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS: (a) SIC data
included herein; exception to para (h), the Government anticipates a
single contract award; ADDENDUM to 52.212-1: 52.215-5, Facsimile
Proposals, 52.215-7, Unnecessarily Elaborate Proposals or Quotations;
52.217-8, Amendments To Solicitations; (b)(4) CONTRACTORS' PROPOSALS:
Contractor shall submit the following information (1) Pricing Schedule
(2) Representation and Certifications (3) Resumes for each
perfusionist (at least 5) proposed to work under the proposed contract,
including recent letters of recommendation from two physicians or
hospital administrators (4) Past Performance -- Provide a minimum of
three recent references, to whom you have provided Perfusionists (5)
Employee Compensation Plan, in accordance with FAR Clause 52.222-46 (6)
Subcontracting Plan, in accordance with FAR clause 52.219-9 52-212-2,
EVALUATION-COMMERCIAL ITEMS, paragraph (a) is completed as follows;
Factor 1, Personnel Qualifications/Experience as demonstrated by
resumes submitted. Factor 2, Past Performance as demonstrated by three
recent references submitted as well as any other sources who may have
relevant information. Offerors which lack relevant past performance
history will receive a neutral rating for this factor. An offeror that
receives a neutral rating, may not represent the best value to the
government. Factor 3, Price. Factors 1 and 2 are equal in importance.
Factors 1 and 2 when combined are significantly more important than
Factor 1, Price. Factors 1 and 2 will be evaluated using a five-tier
adjectival scoring system: Outstanding, Satisfactory, Marginal,
Unacceptable and Neutral (Past Performance only). The Government
reserves the right to award without discussions. Contract award will be
based upon a "Best Value" approach OFFERORS ARE REQUIRED TO COMPLETE
AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS:
FAR 52.212-3, Offeror Representation and Certifications-Commerical
Items; DFARS 252.212-7000, Offeror Representations and
Certifications-Commerical Items; . Full text of clauses may be accessed
electronically at www.arnet.gov/far or from the contract specialist at
lynda_f_burton@sd.fisc.navy.mil, fascimile (619)532-1089. Your
completed proposal may be mailed or hand-delivered to Fleet and
Industrial Supply Center, Bid Desk, IMMEDIATE ATTN: Lynda Burton, 937
North Harbor Drive, Building 1, Second floor, Contracts Department, San
Diego, CA 92132. Bid Desk Hrs: Mon-Fri, 8:00 am -- 4:00 pm, excluding
federal hours. PROPOSALS MUST BE RECEIVED NO LATER THAN 3:00 PM, PST,
21 September 1998. (D) AWARD INFORMATION: The resulting award will be
issued as a bi-lateral contract using a SF 1449. The contractor shall
within ten days after contract award submit the following credentialing
to NMCSD: (1) proof of personnel health requirements (2) original
signed statement of perfusionists certifying that they meet and will
continue to meet personnel qualifications Posted 09/08/98 (W-SN246919).
(0251) Loren Data Corp. http://www.ld.com (SYN# 0071 19980910\Q-0002.SOL)
Q - Medical Services Index Page
|
|