Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,2000 PSA#2631

Department of Veterans Affairs, Network Business Center, 5901 East Seventh Street, Bldg 149, Long Beach, CA 90822

Q -- EMERGENCY ROOM PHYSICIAN SERVICES SOL RFQ 600-082-00 DUE 072400 POC Ronald Ferrer, (562)961-8062 This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Request for Quotes and a written RFQ will not be issued. This RFQ No. 600-082-00 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. Simplified acquisition procedures apply and the VA will conduct the procurement according to Parts 12, 13 and 15. Health Care Resources are required in accordance with Public Law 104-262 and 38 U.S.C. 8153. Contract Line Item 001: The Contractor shall provide Emergency Room Physician Services, on a 24-hour per day, seven days per week coverage, including weekends and all legal holidays, for the VA Long Beach Healthcare System (Level 3), located at 5901 E. Seventh St., Long Beach, CA 90822. Patient load is estimated to be 40 patients per day. Services are required for the period July 1, 2000 to September 30, 2000. The estimated number of hours for 3.0 FTE is 2184 hours. Pricing shall be submitted on a per-hour basis, to be all inclusive of incidental costs, including housing, transportation and premium payment for applicable insurance coverage. Contract Physician must be present at the VA facility and be performing the required services in order to receive payment. Qualifications: Personnel assigned by the Contractor to perform services shall be licensed in a State, Territory, or Commonwealth of the U.S. or District of Columbia. The qualifications of such personnel shall be subject to review by the VA Chief of Staff and approved by the VA Director. A) ER Physician shall be Board Certified in Internal Medicine or Emergency Medicine, or Board Eligible if within 3 years of completion of residency, as well as ACLS Certified. B) Personnel assigned by the Contractor shall have a minimum of 2 years of experience in emergency care. Physician internship and residency program time spent in an ER setting would count toward the 2 years experience. Duties and Responsibilities: 1) Physician shall provide emergency / urgent / observational care to patients requiring care in the ER. The medical coverage consists of, but is not limited to: a) Assessment of acute medical/surgical/psychiatric conditions after preliminary evaluation/triage by the nursing staff. This includes history and physical diagnostic testing, treatment, requesting consults as needed, and admitting patients when clinically required; b) Outside calls on behalf of the patients and other parties regarding care in the ER; c) Communication with families and interested parties regarding veterans' conditions, including deaths, suicides and transfers of patients from other medical facilities; d) Timely completion of medical record documentation in accordance with VA and JCAHO policy. 2) Ability to use electronic documentation system. 3) Assumes the responsibilities of the Triage Officer as outlined in the Medical Center Disaster Plan. 4) Assumes responsibility for compliance with JCAHO and other departmental and facility-wide performance improvement reviews and monitors. 5) Demonstrate effective interpersonal communications with patients and their families, and staff. General Terms and Conditions: 1) Contractor's personnel shall be subject to the same quality assurance standards in meeting or exceeding current recognized National Standards as established by the Joint Commission for Accreditation of Healthcare Organization (JCAHO). The Contractor shall perform services in accordance with the ethical, professional, and technical standards of the healthcare industry as consistent with VA policy, regulations, and procedures. Personnel provided by the contractor shall be technically proficient in the skills necessary to fulfill the Government's requirements, including the ability to speak, understand, read and write English fluently. They shall not introduce new procedures or services without prior recommendation to and approval of theChief of Staff (COS) or authorized representative(s) and through the Contracting Officer; 2) The Government reserves the right to refuse acceptance of Contract personnel whose personal or professional conduct jeopardizes patient care or interferes with the regular and ordinary operation of the facility; 3) The Government reserves the right to evaluate the quality of performance and administrative services provided by the Contractor, but retains no control over the medical, professional aspects of services rendered (e.g., professional judgments, diagnosis for specific medical treatment); 4) Contract health care providers are required to attend employee orientation and training on the VA computer system prior to starting work (This includes credentialed alternates); 5) The VA has established and will maintain a record keeping system for verification of actual hours worked and clinics held by the Contractor's employees. Contractor's employees will be required to sign the record, which will be used to audit/match Contractor's invoice. Records such as time and attendance logs, treatment room records and/or meeting minutes shall be used to verify contractor's performance; 6) Smoking is not permitted within or around the VA, except in designated areas; 7) Invoice: The Contractor shall submit invoice and any additional details necessary to identify services rendered, monthly, in arrears addressed to: VA Finance Services Center (600), P.O. Box 149971, Austin, TX 78714 or fax to (512)460-5221; 8) The Contractor shall be entirely responsible for providing appropriate benefits, vacation time, sick days and federal and state requirements for all personnel performing under this contract such as, but not limited to professional liability insurance, workers' compensation, income tax withholding, social security payment, health examinations, availability of health insurance and payment of overtime. 9) FAR 52.212-2, Evaluation -Commercial Items (Jan 1999): Evaluation Factors are Technical Ability, Management Qualifications /Experience, and Cost/Price. Factor I -- Technical Ability indicates the ability of the Contractor to perform the required services. Contractor shall identify the number of physicians to be assigned to this contract work and shall propose schedule to cover the required tours of duty. Physicians shall meet the Qualifications and perform Duties and Responsibilities described above. At a minimum, Contractor shall submit for each physician a copy of the current curriculum vitae, copies of currently held licenses/registrations/certificates, including ACLS Certification and current DEA registration, and three letters of reference addressing the status and clinical competence of physician. Government reserves the right to examine, approve and/or disapprove individual based on the information provided in credentials or resumes. Factor II -- Management Qualifications/Experience: This factor indicates the ability of company management to perform. Contractor shall provide: 1) description of organizational structure, keypersonnel and management practices relative to the services required; 2) describe procedure for conducting ongoing evaluation for the quality and effectiveness of service provided. Describe quality assurance monitors that will be in place during contract performance; 3) Provide a list of awarded contracts within the past 3 years; 4) Submit a copy of insurance certificate, evidencing worker's compensation, medical liability and professional liability (at least $1 million dollars per occurrence). Factor III -- Cost/Price indicates what each Contractor's proposal will cost the Government if selected. All evaluation factors other than cost/price, when combined, are significantly more important than cost/price. Technical Ability is more important than Management Qualifications/Experience. Management Qualifications/Experience is equal in importance to Cost/Price. Contractor shall submit a completed copy of representations and certifications at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (Feb 2000). The full text of clauses identified herein may be accessed electronically at these addresses: http://www.arnet.gov/far and http://www.va.gov/oa&mm/vaar. The following Federal Acquisition Regulations (FAR) clauses and provisions also apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial (Mar 2000); 52.212-4, Contract Terms and Conditions-Commercial Items (May 1999); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2000); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Feb 1999); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Jan 1999); 52.233-2, Service of Protest (Aug 1996); 52.233-3, Protest After Award (Aug 1996); 52.216-21, Requirements (Oct 1995)- Alternate I (Apr. 1984); 52.224-2, Privacy Act (Apr 1984) and 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration (May 1999). In addition, incorporated herein by reference are the following VA Acquisition Regulation (VAAR) clauses and provisions: 852.216-70, Estimated Quantities for Requirements Contracts (Apr 1984); 852.237-7, Indemnification and Medical Liability Insurance (Oct 1996); 852.237-70, Contractor Responsibilities (Apr 1984); 852.270-1, Representatives of Contracting Officers (Apr 1984); 852.270-4, Commercial Advertising (Nov 1984); and 852.271-70, Nondiscrimination in Services Provided Beneficiaries (Apr 1984). All interested vendors are invited to submit quotes (SIC 7361). Quotes shall be submitted no later than 4:00 p.m., local time, July 24, 2000 (see note below), to the Department of Veterans Affairs, Network Business Center, Attn: Ronald Ferrer (NBC/MP), 5901 E. 7th Street, Long Beach, CA 90822. Facsimile offers are accepted at (562)961-8067. FAR Provision 52.215-5, Facsimile Proposals (Oct 1997), is hereby included. Contact Ronald Ferrer at (562)961-8062 for information regarding this notice. NOTE: Because ER Physician Services are needed immediately, quotes will be evaluated upon receipt by the VA, and award will be made on a first-come, first serve basis. Award may be made prior to the closing date. The Government reserves the right to make multiple awards. Posted 06/26/00 (W-SN468675). (0178)

Loren Data Corp. http://www.ld.com (SYN# 0076 20000628\Q-0006.SOL)


Q - Medical Services Index Page