Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2004 FBO #0902
SOLICITATION NOTICE

Q -- Podiatry Services

Notice Date
5/14/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Acquisition & Materiel Management Service, 1898 Fort Road, Sheridan, Wyoming 82801
 
ZIP Code
82801
 
Solicitation Number
666P-04-11
 
Response Due
6/7/2004
 
Archive Date
7/7/2004
 
Point of Contact
Point of Contact - James Wiltse, Contracting Officer, Ph: (307) 672-1679, Fx:(307) 672-1901, Contracting Officer - James Wiltse, Contracting Officer, Ph:(307) 672-1679, Fx:(307) 672-1901
 
E-Mail Address
Email your questions to James Wiltse
(james.wiltse@med.va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
ISSUE DATE: 15-MAY-04 POSTED DATE: 14-MAY-04 FSC CODE: Q - Medical services TITLE: Q SOL: 666P-04-11 DUE: 060704 SET ASIDE: Total Small Business NAICS: 621391 POP STATE: WYOMING PLACE OF PERFORMANCE: Sheridan, Wyoming 82801, United States AGENCY: Attn: Veterans Affairs Medical Center (90C),1898 Fort Road, Sheridan, Wyoming 82801 POC: Point of Contact and Contracting Officer ? James C. Wiltse, Ph:(307) 672-1679, Fx:(307) 672-1901. DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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 document will not be issued. The Veterans Affairs Medical Center Sheridan, Wyoming intends to negotiate a firm fixed price contract to provide Podiatry Services required at the V A Medical Center, Sheridan, WY. Request for Proposals (RFP) # 666P-04-11 entitled "Podiatry Services" is hereby issued for commercial items as a Small Business Set-Aside and is prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, FAR Part 15 Contracting by Negotiation, and Streamlined Solicitation Procedures, as supplemented with additional information included in this notice, and in accordance with Public Law 104-262 and 38 U.S.C. 8153 to be furnished by the contractor. This announcement incorporates provisions and clauses in effect through FAR FAC 2001-22 and VAAR 97-10. NAICS Code 621391 applies for this procurement and the small business size standard is $6.0 million. Contractor's proposals (cost and technical) are herein requested. A response to requirements listed below shall be submitted on contractor's letterhead or formal proposal form and must address all requirements listed in a separate technical proposal. Contractor's price and technical proposal must contain the name; title and signature of person authorized to submit proposals/bids on behalf of the contractor. The contractor will provide the following services in accordance with requirements of the contract: 1. Contractor will furnish Podiatrist to perform necessary podiatry services at the VA Medical Center, Sheridan, WY (VAMC), and at the contractor?s office in Gillette, WY. 2. Contractor is responsible for any payments to employees for sick leave or vacation time. 3. Contractor will follow VA standards and procedures for medical records format, content and timeliness. 4. Services rendered will be verified by a record keeping system, maintained by the Office of the ACOS, Primary Care Program. 5. Podiatry procedures to be performed at the VAMC from 8:00 am to 12:00 pm every 2nd, 3rd, and 4th Wednesday of each month, Podiatry service in the contractors Gillette office ? day (4 hours), one day per month. 6. Podiatrist assigned to perform services in accordance with this contract will not direct or supervise any federal employee, except where in the course of their medical responsibilities, medical/clinical orders will be carried out. 7. The services to be performed by the Contractor will be performed within VA policies and procedures and the regulations of the medical staff bylaws of the VA facility. 8. The services to be performed by the Contractor will be under the direct supervision of the ACOS, Primary Care Program and under the direction of the Chief of Staff, VA Medical Center, Sheridan, WY. 9. Personnel assigned by the contractor to perform services under this contract shall be licensed in a State, Territory, or Commonwealth of the United States or the District of Columbia. The qualifications of such personnel shall also be subject to review by the Chief of Staff and approved by the V A Facility Director. If performing duties at the Sheridan VAMC, the Contractor shall be credentialed and privileged in accordance with Sheridan VAMC Medical Staff bylaws. 10. Contractor will not be required, except in case of any emergency, to furnish such services on a national holiday or during non-working hours. 11. Contractor shall assume full responsibility for the protection of its personnel furnishing services under this contract, in accordance with personnel policies of the contractor. Such personnel shall not be considered VA employees for any purpose. 12. Payment will be made monthly upon receipt of properly prepared invoices for services rendered during the preceding month. Invoices will be submitted to Rocky Mountain Network Payment Center, PO Box 1004, Helena, MT 59636. 13. The contract is effective for one year after date of award and option years as determined by the VA. The contract is subject to availability of funds for the fiscal year therein, therefore, the Contracting Officer must be contacted for services after 9/30. 14. Contracting Officer's Technical Representative is the designee to represent the Contracting Officer in furnishing technical guidance and advice or generally supervise the work being performed under this contract. The foregoing is not to be construed as authorization to interpret or furnish advice and information to the Contractor relative to financial or legal aspects of the contract. Enforcement of these segments is vested in and is the responsibility of the Contracting Officer. 15. Termination of this contract is addressed in 52.212-4 Contract Terms and Conditions. In accordance with FAR 15.304(e), all evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Contract period shall run 12 months from the effective date of the contract with additional periods if options are exercised or the term is extended. Evaluation of option(s) shall not obligate the Government to exercise the option(s). Evaluation of proposals offered will include the following 5 factors: 1)Professional qualifications, 2)clinical skills/interpersonal skills, 3)availability, 4)past performance, and 5)price. Award may be made with or without discussions with the offeror(s). All responsible sources that can meet the requirements and provide services as listed above may respond to this solicitation by submitting cost and technical proposals (curriculum vitae) on their company letterhead or bid form. NOTE: The contractor should submit with their offer the following documents: (1) Resumes of the proposed service providers (2) Copy of all current licenses (3) A list of the experience of the proposed service providers (4) Evidence of Malpractice Insurance (5) Background Information (e.g. Past Performance evaluation factors shall include the following submittals: Request contractor to submit the number of times their firm has been cited for sub-standard care; how do they assess patient satisfaction; cite any negative findings over the last 5 years in the National Practioner Data bank). The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference; This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available; Also, the full text of a clause may be accessed electronically at this/these address(es): <http://www.arnet.gov/far> (FAR) and <http://www.va.gov/oamm/vaar/> (VAAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation - Commercial Items; 52.212-3 Offeror Representations and Certification-Commercial Items (NOTE - Offerors must include a completed copy of "Offeror Representations and Certification" along with his/her offer); 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders - Commercial Items; 52.217-8 Option to Extend Services; 52.204-7 Central Contractor Registration, VAAR 852.270-4 Commercial Advertising; 852.219-70 Protest Content; 852.236-76 Correspondence; 852.237-7 Indemnification and Medical Liability Insurance; 852.237-70 Contractor Responsibilities; 852.270-1 Representatives of Contracting Officers; and 852.233-71 Alternate Protest Procedure; Proposals shall include all information required in 52.212-1, Schedule of Prices Offered, a copy of published price list for the services proposed, and a completed copy of provision 52-212-3 (offeror shall print out and complete this provision, and submit it with their offer). Price proposal as follows: Line Item 1: Provide Podiatrist services required at the VA Medical Center, Sheridan, WY and at the contractor?s office in Gillette, WY. ___________ Price per/month for base year period of 12 months. Line Item 2: Provide Podiatrist services required at the VA Medical Center, Sheridan, WY and at the contractor?s office in Gillette, WY. ___________ Price per/month for option year one period of 12 months. Line Item 3: Provide Podiatrist services required at the VA Medical Center, Sheridan, WY and at the contractor?s office in Gillette, WY. ___________ Price per/month for option year two period of 12 months. Line Item 4: Provide Podiatrist services required at the VA Medical Center, Sheridan, WY and at the contractor?s office in Gillette, WY. ___________ Price per/month for option year three period of 12 months. Line Item 5: Provide Podiatrist services required at the VA Medical Center, Sheridan, WY and at the contractor?s office in Gillette, WY. ___________ Price per/month for option year four period of 12 months. NOTE: Above prices must be all inclusive. The Offeror shall also provide its Commercial and Government Entity code, DUNS number, and Tax Identification number. Offerors shall submit offers as soon as possible to James C. Wiltse, Contracting Officer (90C), 1898 Fort Road, Sheridan, WY 82801. Faxed proposals are acceptable and can be faxed to (307) 672-1901. As of October 1, 2003, all Contractors, both large and small, are required to register in the Central Contractor Registration (CCR) database before an award. Contractors are responsible for the accuracy of information added to CCR. To register, go to <http://www.ccr.gov/>. Offers are due by 4:00pm MDT on 07 June 2004 at the address/fax number above. For further information, contact James C. Wiltse at (307) 672-1679. Award will be made to the offeror who offers the Best Value to the Government. SOURCE: FedBizOpps Synopsis <http://www.eps.gov/spg/VA/VAGLHS/VAGLHCS/69D-288-04/listing.html> SOURC : BOS <http://www.bos.oamm.va.gov/solicitation?number=69D-288-04>
 
Web Link
RFP 666P-04-11
(http://www.bos.oamm.va.gov/solicitation?number=666P-04-11)
 
Place of Performance
Address: VA Medical Center, 1898 Fort Road, Sheridan, WY
Zip Code: 82801
Country: United States
 
Record
SN00586217-W 20040516/040514211916 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.