Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2012 FBO #3984
DOCUMENT

Q -- Tumor Registry Services 626 - Attachment

Notice Date
10/19/2012
 
Notice Type
Attachment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24913Q0052
 
Response Due
10/29/2012
 
Archive Date
1/27/2013
 
Point of Contact
Monica Thompson
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION for commercial items 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 written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit a written quote on RFQ reference number VA249-13-Q-0052. The Government requires that all Contractors doing business with this office be registered with System for Award Management (SAM). No award can be made to a company not registered in SAM. For additional information and to register in SAM, please access the following web site: https://www.sam.gov/. Please ensure that the representations and certifications are completed to allow Contracting Officers to be able to determine your business size and any additional socio economic categories, if applicable. In order to register, all firms must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by accessing the Dunn & Bradstreet website at https://iupdate.dnb.com/iUpdate/newUserLogin.htm or by phone at (800) 234-3867. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-61A. (iv) The associated North American Industrial Classification System (NAICS) code for this procurement is 541611 Administrative Management and General Management Consulting Services with a small business size standard of $14m. This requirement is a Small Business set-aside and only qualified offerors may submit proposals. (v) This combined synopsis/solicitation is for the following commercial service: CLIN 0001- Contractor shall provide Tumor Registry Services for Case Abstracts at a per case rate in accordance with the Statement of Work (SOW). Period of Performance: November 1, 2012 through December 27, 2012 The Government anticipates making a single contract award in the aggregate. The tumor registry services are to be performed and paid at an established rate per case. The quantities are estimated at 2000 Cases (CS). The Minimum order during the entire term of this contract is 1800; and maximum order limits is 2000. (vi) A description of the requirements is as follows: The Tennessee Valley Healthcare System has a requirement for tumor registry services per the following Statement of Work. (vii) The anticipated Period of Performance is November 1, 2012 through December 27, 2012. The Tennessee Valley Healthcare System will grant the contractor access to their Tumor Registry Database to perform the abstracting virtually. (viii) FAR 52.212-1, Instructions to Offerors - Commercial Commercial Items (Jun 2008), applies o this acquisition. Addenda: Offers may submit in any format that the offeror desires as long as it contains all the required information contained in section b of this provision. (ix) (ix) FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. (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: 1.Price, 2.Technical, 3.Past Performance LOWEST PRICE TECHNICALLY ACCEPTABLE In accordance with FAR 15.101-2, Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. (b) Options. 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. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) TECHNICAL ACCEPTABLE/UACCEPTABLE RATING The purpose of the technical factor is to assess whether the offeror's proposal will satisfy the Government's minimum requirements. Some of the aspects affecting an offeror's ability to meet the solicitation requirements may include technical approach, key personnel and qualifications, facilities, and others. The Government shall evaluate the offeror's proposal against the requirements of the Statement of Work (SOW) contained in this solicitation to determine whether the proposal is acceptable or unacceptable. A proposal is acceptable in that it clearly meets the minimum requirements of the solicitation, or unacceptable in that the proposal clearly does not meet the minimum requirements of the solicitation. PAST PERFORMANCE EVALUATION CRITERIA: In accordance with FAR 15.305(a)(2)(ii): "The Government shall consider this information, as well as information obtained from any other sources, when evaluating the offeror's past performance. The source selection authority shall determine the relevance of similar past performance information. In accordance with FAR 15.305 and (a)(2)(iv): "In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offer may not be evaluated favorably or unfavorably on past performance." Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable." Offerors shall submit the following information, as applicable, with their proposal: (1)The Past Performance Evaluation form is to be completed by no more than three (3) evaluators representing different contracts within the past three years. The completed form must be submitted by the evaluator to: Monica Thompson, Contracting Officer, email: monica.thompson@va.gov, fax: 615-225-3452, no later than Monday, October 29, 2012 3:00PM CST. (2)List all past or pending litigation for your company, your company under previous names, and your parent company. List contract terminations, in the past 24 months, under your current name, previous names, and parent company. Provide information on problems encountered on the identified contracts and your company's corrective actions. PRICE The Government will evaluate the offeror's proposed price. (x) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Apr 2012) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via the SAM website at https://www.sam.gov/portal/public/SAM/. If an offeror has not completed the annual representations and certifications electronically at the SAM website https://www.sam.gov/portal/public/SAM/ the offeror shall complete only paragraphs (c) through (o) of this provision. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition; as well as the following addenda: N/A, no addenda to subject clause. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Order-Commercial Items (Deviation), applies to this acquisition. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition: FAR 52.204-7, Central Contractor Registration; 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.209-6; 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services within 60 days before the contract is set to expire; 52.217-9 Option to Extend Term of the Contract 30 days prior to expiration of the current performance period; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222.21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; Department of Labor Wage Determination 94-2079 Rev 30 Applies, 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.225-18, Place of Manufacture; FAR 52.232-28, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.246-1, Contractor Inspection Requirements; FAR 52.247-34, F.O.B. Destination; FAR 52.252-1,FAR 52.253-1, Computer Generated Forms. 52.216-18 Ordering 52.216-19 Order Limitation 52.216-19 Indefinite Quantity 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract VAAR 852.203-70 Commercial Advertising VAAR 852.216-70 Estimated Quantities VAAR 852.237-7 Indemnification And Medical Liability Insurance VAAR 852.203-70 Contractor Responsibilities VAAR 852.273-76 Electronic Invoice Submission 52.224-1 Privacy Act Notification 52.224-2 Privacy Act 52.232-18 Availability of Funds 52.216-1 Type of Contract 52.225-25 Prohibition On Contracting With Entities Engaging In Sanctioned Activities Relating to Iran - Representation and Certification 52.233-2 Service of Protest VAAR 852.211-72 Technical Industry Standards VAAR 852.233-70 Protest Content/Alternative Dispute Resolution VAAR 852.233-71 Alternate Protest Procedure (xiv) The following Defense Priorities and Allocations System (DPAS) rating applies: N/A (xv) The date, time, and place for submission of proposals are as follows: Monday, October 29, 2012, 3:00PM Central Time. ORAL OFFERS WILL NOT BE ACCEPTED. Submit written offers via mail, email or fax. Monica Thompson -Contract Specialist, Department of Veterans Affairs, Network Contracting Office 9, 1639 Medical Center Parkway, Suite 400 Murfreesboro, TN 37129; e-mail: monica.thompson@va.gov Proposal Questions: Interested offerors must submit any questions concerning the solicitation by Thursday, October 25, 2012, 3:00PM, CST. Questions not received by the due date may not be considered. The Government reserves the right to make award without discussions. STATEMENT OF WORK 1.0 GENERAL INFORMATION: 1.1 PROJECT TITLE: Cancer Program/Tumor Registry Abstracting 1.2 INTRODUCTION/BACKGROUND: 1. National Cancer Registry Association workload and staffing guidelines: a.Number of cases meeting timely completions rates = 386 cases/FTE b.Ratio of new cases to cases in follow-up ranged from 1:5 to 1:7 c.For registries with caseload of 501-1000 new cases/year, NCRA recommends at least 2.5 FTE to maintain 90% completion rate 2. Survey on August 18, 2011 noted 3 deficiencies a. Standard 7.1 - cancer-related education - Annual requirement completed (1)Lecture on palliative care and end-of-life for veterans, September 19, 2011 (2)Staging in colorectal cancer presented by Scott Pearson, MD, December 9, 2011 b. Standard 8.1 - completed studies on quality and outcomes- Annual requirement completed (1)Colorectal cancer outcomes in veteran population, Rebecca Snyder, M.D. (2)System Redesign Team for Radiation Oncology fee basis c. Standard 3.3 - abstracting timefi-ame - Deficient (must remedy by 1/1/2013) (1)1800 - 2000 cases need abstracting by December 27, 2012 (2)Presently, Rita Hulan is the only CTR in Tumor Registry Medical Service recommends utilizing contracting services with a company to rapidly work down the case backlog before 12/31/2012 and allow TVHS to maintain America College of Surgeons on Commission Cancer accreditation. 1.4 SCOPE AND OBJECTIVES: The contracted company will complete any backlog abstracting from January 2009 to June 30, 2012. This constitutes 1800 - 2000 tumor registry cases that must be abstracted no later than December 27, 2012 to remain in compliance with the American College of Surgeons requirements for Cancer Programs. The TN Valley Healthcare System will give the contracted company electronic remote access to it's Tumor Registry files. The contracted company will use the OncoTraX V2.11 P56 to electronically abstract cases. The new Oncotrax P56 is the most current software from the VA CCR and by the time this project is begun, P56 should be available. Each abstract is to be checked by the most current edit set before being considered complete. I understand that access will allow abstractors from the outside to be able to run their own patient lists. GENERAL REQUIREMENTS: 2.0 INSPECTION/ACCEPTANCE: The contractor will be required to provide weekly progress reports to the CO IR. A final report will be submitted to COIR in writing that all work has been completed on or before December 27, 2012. 3.0 PERIOD OF PERFORMANCE: The contract should conclude NLT December 31, 2012. 3A PLACE OF PERFORMANCE: TN Valley Healthcare System will grant the contractor access to their Tumor Registry Database to perform the abstracting virtually. 3.2 HOURS OF PERFORMANCE: Work required in the performance of this contract shall be performed during the Medical Center's administrative working hours, 7:30 am to 4:00 pm, Monday through Friday, excluding federal holidays. The following are federal holidays: New Year's DayLabor Day Martin Luther King Jr.'s BirthdayColumbus Day President's DayVeteran's Day Memorial DayThanksgiving Day Independence DayChristmas Day WORK BEYOND 4:00 PM, MONDAY THROUGH FRIDAY OR ON FEDERAL HOLIDAYS SHALL BE AT THE CONTRACTOR'S DESCRETION AND AT NO ADDITIONAL COST TO THE GOVERNMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24913Q0052/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-13-Q-0052 VA249-13-Q-0052.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=504722&FileName=VA249-13-Q-0052-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=504722&FileName=VA249-13-Q-0052-000.docx

 
File Name: VA249-13-Q-0052 DOA Wage Determination 10-19-12.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=504723&FileName=VA249-13-Q-0052-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=504723&FileName=VA249-13-Q-0052-001.docx

 
File Name: VA249-13-Q-0052 Past Performance Evaluation VA249-13-Q-0052 Tumor Registry CPARS.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=504724&FileName=VA249-13-Q-0052-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=504724&FileName=VA249-13-Q-0052-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Veterans Health Administration;Tennessee Valley Healthcare System;1310 24th Avenue South;Nashville, TN 37212
Zip Code: 37212
 
Record
SN02916398-W 20121021/121019233819-122141d2be6e8cc4b589310a26bae52f (fbodaily.com)
 
Source
FedBizOpps 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.