Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 28, 2015 FBO #5057
DOCUMENT

Q -- Amendment A00001 Respond to Vendor Questions - Attachment

Notice Date
9/26/2015
 
Notice Type
Attachment
 
NAICS
621610 — Home Health Care Services
 
Contracting Office
Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando, FL 32803
 
ZIP Code
32803
 
Solicitation Number
VA24815Q1560
 
Response Due
9/21/2015
 
Archive Date
10/21/2015
 
Point of Contact
R.I. Rivera
 
E-Mail Address
rosa.rivera3@va.gov
(Rosa.rivera3@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Question #1: Who is the current vendor? Government's Response #1:VA Contract Number: VA248-15-D-0050 Respitec Medical-Care & Equipment, Inc. Address: 401 Commerce Way, Longwood FL 32750 DUNS: 803937150 Question #2: What is the make- up (manufacturer & model ) of the VA fleet of concentrators? Government's Response #2: Concentrators: "Invacare Perfecto 5L "Invacare Homefill units "Airsep NewLife Intensity 8L "Respironics Millenium 10L "Respironics Everflo 5L Question #3: Has a contractor performed similar work to this for the government in the past? If available, please provide the incumbent contract number. Government's Response #3: Yes, See response #1 Question #4: If you are unable to provide a contract number, is it safe to assume this is a new requirement for the government? Government's Response #4: See response #1 Question #5: In section 2.7 is the 12 business hours mean delivery to patient or does it mean contact with patient to schedule delivery? Government's Response #5: Provide initial set-up to patient's location within 12 business hours. according with the SOW and approved performance plan. Question #6: Section 3.1 in statement of work, are the regular work hours M-F 8 to 8 with weekend and holidays as on call or are we expected to have staff present at our facility at all times? Government's Response #6: No, Normal hours of service are 8AM to 8PM. Contractor shall have staff on call during WHEN (Weekends, Holidays, Evening, and Nights) hours. Question #7: Section 12.7, how do we appropriately bill/quote, for this bid, an actual repair of broken government owned equipment and the associated costs? Or do we return to VA for repairs? Government's Response #7: Section 12.7 reads, "The Contractor shall furnish parts and labor for routine maintenance." This is in reference to the routine 6 month concentrator maintenance (Equipment check, filter and parts replacement). Contractor shall troubleshoot equipment. Contractor does not repair concentrators. Question #8: 13.0 Phase Out time. Please clarify if there are 30 days or 120 days from the date of notification of no renewal to phase out/pick up our equipment? Government's Response #8: Answer: Phase-Out: IAW Contractor's Proposed Plan not to exceed 120 days after base period completion. Contractor shall provide COR phase-out plan 30-days prior to base period completion for approval. Question #9: Why is the new solicitation posted under NAICS Code 621610 (Home Health Care Services) as a Total Small Business Set-Aside while the current contract is under NAICS Code 532291 (Home Health Equipment Rental)? Government's Response #9: NAICS Code 621610 (Home Health Care Services) applicable to solicitation. Question #10: Are there significant changes in the Statement of Work (SOW) with the new solicitation that led to a change in the NAICS Code? Government's Response #10: The Contracting Officer has determined that NAICS Code 621610 is the most appropriate classification code for this service requirement. Question #11: Why is this solicitation structured for a Base Year + One (1) Option Year instead of the standard length of other Home Oxygen Contracts which is a Base Year + Four (4) Option Years? Government's Response #11: The Contracting Officer has determined that the selected performance period is appropriate to meet the Government's current needs. Question #12: On Page 7, under 2.8 it states "All beneficiary switch-outs shall be accomplished as soon as possible after award, but shall not exceed (45) days after contract award." On Page 16, under 13.0 Phase-Out Requirements it states "The exchange shall be completed within thirty (30) days from the effective date of contract." Is the contract phase-in / phase-out period 30 OR 45 days? Government's Response #12: The selected contractor shall complete the transition of all services within 120 days Switch-outs shall not exceed 120 days. Question #13: On Page 7, under 2.7 it states "The Contractor shall provide the initial set-up within 12 business hours". Government's Response #13: See Question 5. The initial set-up within 12 business hours is referring to routine oxygen setup for patients seen in the clinic. Emergency setups or hospital discharge are done within 4 hours. Question #14: Business hours are listed on Page 9 under 3.0 Work Hours as 8:00am - 8:00pm. This implies set-up information provided at 12:00pm on a Wednesday allows for the set-up to be done up to 12:00pm on the following Thursday (12 business hours total)? Please advise. Government's Response #14: See answer to question #6 Question #15: Page 19 of 102- Patient Travel, Ventilator patients- Is the contractor responsible for providing travel arrangements for ventilator patients? If so, can a CLIN item be added to the price schedule? Government Response #15: No CLIN item needed. Patients do not travel with ventilators. Question #16: Attachment A - Instructions to Offers states: Delivery of Offers: All Prospective Offerors are required to deliver by mail or hand carry their complete offer directly to Ms. Rosa I. Rivera or Daniel Pontoriero, Contracting Officer at the address listed below no later than the solicitation date posted in block 8 of the solicitation - 1449). In addition, all offerors shall electronically submit the same to rosa.rivera3@va.gov prior to solicitation closing date and time. The proposal documents will be very large considering all the items that are being requested. Therefore being able to electronically submit the same will be impossible. Please consider revising. Government Response #16: Electronic files are required. Offerors may submit electronic copies via multiple e-mails. Include the number of the submission to help track the submission. For example: VA248-15-Q-1560 Technical - Air Paradise Inc.- #1 ¦#2 ¦.#3 ¦ Question #17: As part of the transition is the contractor required to have the respiratory therapist perform an initial review of each patient as they do the transition of the equipment? Government Response #17: Respiratory Therapist does not need to perform an initial review of patients that are established at the time of contract award/transition. Question #18: CLIN 0024: Monthly RCP service for Ventilators and back-up supplies (SOW 2.11). Does this line item include a contractor provided backup ventilator in addition to RCP Service and backup supplies? Government Response #18: No, CLIN 0024 does not include a contractor provided back-up ventilator. CLIN 0024 is for RCP Service for Ventilators and back-up supplies. Question #19: Please clarify the estimated quantities for this line item. Government Response #19: Quantity for CLIN 0024 remains unchanged and is 120 each. Quantity for CLIN 0026 remains unchanged - 1 each. Question #20: Are supplies provided for the ventilators such as circuits etc. provided by the VA if the ventilators are Government owned? Government Response #20: Yes. Question #21: I was reviewing the Orlando VA Home Oxygen Solicitation # VA24815Q1560; and noticed that the response date and the award date are the same (November 13, 2015). Could you please clarify the deadline submission date for the Orlando VA Home Oxygen Solicitation? Government Response #21: Solicitation Close Date: Oct 13, 2015. Question #22: Are the secondary power source i.e. battery external to the ventilator in the event of complete power failure- contractor responsibility or government owned? Government Response #22: Batteries to ventilators are Government furnished supplies. Contractor is responsible for prevention maintenance inspections. Question #23: Are DC power cords if available to allow use of vents on power wheelchairs or in a vehicle- contractor responsibility or government owned? Government Response #23: Government furnished equipment Question #24: CLIN 0025: RCP Visits for delivery, initial set-up and evaluation of ventilator and/or Tracheostomy patients. The estimated quantities are listed as 4 per month, or 48 for the year. Is the unit price you are requesting our per visit price? Or are you looking for a per set-up price? RCP visits for the initial ventilator set up can be from 14-16 visits in the first month. If you are looking for a per set-up price I suggest you have a separate line item for ventilator set-up and a separate line item for Tracheostomy set-up. Ventilator set-ups are much more costly. Government Response #24: 0025- Includes ALL new setups. The contractor shall follow The Joint Commission standards applicable to Home ventilator equipment setup. Question #25: If one of those visits occurs on a Sunday is this coded as an emergency RCP visit and billed as such? Government Response #25: Only on established vent patients with critical needs (ie. Equipment failure) Question #26: Are the ventilators and backup ventilators government owned or contractor provide? Government Response #26: Ventilators are Government-furnished equipment. Contractor is responsible for prevention maintenance inspections. Question #27: What are the medical criteria established for accepting a home ventilator patient? The policy varies from company to company with these written criteria for safety reasons. An example of this is the patient's FIO2 must be less than 40%, stable trach and patient. The patient will need caregiver support based on patient need. Government Response #27: Medically stable patient with a secure artificial airway, be adequately oxygenated at less than an FIO2 40%, and able to maintain adequate ventilation on standard ventilator settings. Question #28: OVAMC will provide a check list for caregiver training which the contractor shall assist with completing. What does this checklist consist of? Government Response #28: CLIN 0010: Liquid Oxygen System (90-100 lbs.) Rental. Include delivery and set-up, stationary reservoir, portable container, humidifier, flow meter, refill adapter, contents gauge, cannulas and/or tubing and disposables. Question #30: CLIN 0023 states: Emergency Respiratory Care Practitioner (RCP) visit after hours. (8PM - 8AM Mon-Sat and all day Sun). Please clarify which one it is. Reference 3.1 Page 9 of 102 Work Hours states the following: 3.0. WORK HOURS 3.1. The Contractor shall provide services in performance of this contract between the hours of 8:00 A.M. and 8:00 P.M., Monday - Friday, to include weekends and Federal holidays. Exceptions shall be made in the case of emergencies. The Contractor shall schedule the appointments to the beneficiary's home 24-48 hours prior to the appointment. On each scheduled setup/delivery the Contractor shall reassess the need to instruct the beneficiary on the use and care of the equipment and supplies as necessary. Government Response #30: See answer #6 Question #31: Reference SOW 2.11 much information is provided regarding ventilator set-ups. However hardly no information given regarding tracheostomy set-ups. Please provide Government Response #31: Contractor shall follow The Joint Commission standards of care. Reference SOW 2.11, Subsection k states: k.Peripherals include disposable vent circuits; all necessary cables and disposables (mask, tubing, filters, humidifiers, 31 HME's per month). Question #32: The list of supplies state humidifier and 31 HME's. Does the ventilator patient receive both items? Typically it is a humidifier or HME's. Government Response #32: Correction: Humidifiers water chamber is changed monthly and 31 HME's Attachment B - Evaluation states: Past performance is evaluated. Submit three Past Performance questionnaires (Attachment C). Each Quoter's past performance will be evaluated to determine an acceptable or unacceptable rating. The Government will consider each offeror's demonstrated current (within 4 years) record of performance as a prime contractor in supplying services and products of the contract's requirement. Past performance is rated using an acceptable or unacceptable a noted in the chart below. Past Performance Evaluation Ratings RatingDescription AcceptableBased on the offeror's submitted surveys, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (See note 1 below.) UnacceptableBased on the offeror's submitted surveys, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Question #33: The Past Performance Evaluation Ratings are very vague and confusing. It almost appears that someone with no past performance would be considered acceptable. Government Response#33: Past Performance Evaluation is in compliance with Federal Acquisition Regulation Part 42 and Agency Procurement Manual. More information on past performance can be found at www.ppirs.gov. Question #34: This contract requires providing Home Oxygen Services for more than 1200 Veterans of the Orlando VAMC. For the reference information provided on the questionnaires, how many patients must we show for the government to have a reasonable expectation that the offeror will successfully perform the required effort? Government Response #34: Past performance shall be evaluated as stated in RFQ. Question #35: This contract requires providing Home Oxygen Services for more than 1200 Veterans of the Orlando VAMC. Please provide a list of the specific services you want to see in our reference information provided on the questionnaires we have provided for the government to have a reasonable expectation that the offeror will successfully perform the required effort? Government Response #35: Past performance shall be evaluated as stated in RFQ. ____________________________________________________________________________________ The following change is applied to the Statement of Work, the Price/Cost Schedule (Section B.1) Line Items 0006 and 1006 are changed as follows: Changed From : as per SOW paragraph 12.16 Changed To: as per SOW Section 12 ____________________________________________________________________________________ The following change is applied to the Statement of Work, Paragraph 2-11 h ii: Changed from, "Secondary power source i.e. battery external to the ventilator able to provide not less than 8 hours of ventilation in the event of a complete poser failure." Change to, "Secondary power source i.e. battery external to the ventilator able to provide not less than 8 hours of ventilation in the event of a complete power failure." ____________________________________________________________________________________ The following change is applied to the Statement of Work, Section 1.1: Changed from: Contractor's physical location shall have a service office and warehouse within one hour of the Orlando VA Medical Center (Lake Nona) and must accommodate walk-in services. Changed To: Contractor's physical location shall have a service office and warehouse within one hour of the Orlando VA Medical Center (Lake Nona) and must accommodate walk-in services. Lake Nona address is 13800 Veterans Way, Orlando, FL 32827. ____________________________________________________________________________________ The following change is applied to Section D, Instructions to Offerors. Offerors shall submit a Google map or Map Quest showing travel time from offeror's location to Lake Nona VA Medical Center.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA24815Q1560/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-15-Q-1560 A00001 VA248-15-Q-1560 A00001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2341577&FileName=VA248-15-Q-1560-A00001000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2341577&FileName=VA248-15-Q-1560-A00001000.docx

 
File Name: VA248-15-Q-1560 A00001 Questions-Answers 9-26-2015.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2341578&FileName=VA248-15-Q-1560-A00001001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2341578&FileName=VA248-15-Q-1560-A00001001.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: Department of Veterans Affairs;Orlando Veterans Affairs (Lake Nona);13800 Veterans Way;Orlando, FL
Zip Code: 32827
 
Record
SN03905055-W 20150928/150926233346-2b68de8ff88987cc534b667586d3b299 (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.