DOCUMENT
Q -- Copy of CBOC, Idaho County, Idaho Request for Information - Attachment
- Notice Date
- 11/22/2016
- Notice Type
- Attachment
- NAICS
- 621498
— All Other Outpatient Care Centers
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Avenue, Suite 102;Boise ID 83706
- ZIP Code
- 83706
- Solicitation Number
- VA26017N0066
- Response Due
- 11/29/2016
- Archive Date
- 11/30/2016
- Point of Contact
- Lisa Spiral Ducret
- E-Mail Address
-
lisa.ducret@va.gov
(lisa.ducret@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential Vendor Information Pages (VIP) Verified (www.vip.vetbiz.gov) Service Disabled Veteran Owned Business (SDVOSB) or Veteran Owned Business (VOSB) sources which can provide the following services: COMMUNITY BASED OUTPATIENT CLINIC (CBOC) FOR PRIMARY CARE AND MENTAL HEALTH SERVICES Description: This sources sought notice is being issued to determine if there are Service Disabled Veteran Owned Business (SDVOSB) or Veteran Owned Business (VOSB) businesses capable of, and interested in, providing the required services. Responses from interested, capable and experienced small business firms will assist the VA in making a set-aside decision for this procurement. Relevant experience would be a project where the company BOTH established and operated a Community Based Outpatient Clinic (CBOC) for primary care and mental health services. Payments under the contemplated contract would be made on a capitated-rate basis. The company awarded the contract will be required to have a fully operation clinic up and running on or before the 90th day after award. Set-up activities include, but are not limited to: 1) leasing adequate space 2) furnishing the space with adequate office furniture 3) equipping the space with adequate office, computer and medical equipment 4) furnishing health care providers (other than physicians and psychologists) with the requisite licenses, credentials, certifications, and other support staff to run the clinic 5) working with the VA to connect to the VA computer network 6) ensuring that the clinic will be compliant with all relevant VA and JCAHO regulations from the first day of operation Operational activities include, but are not limited to, handling all operational activities of a primary care and mental health clinic, and using the VA Computerized Patient Record System (CPRS) to enter all information related to patient care. The contractor would provide primary care and mental health services in a clinic environment, solely to veterans who primarily reside in Idaho County, Idaho. The current clinic located in Grangeville, Idaho has 325 enrolled patients, and there are currently patients on the wait list to join the facility. The contractor operated CBOC must have the necessary facilities, professional medical staff, diagnostic testing and treatment capability, and referral arrangements needed to ensure continuity of health care. All services at the clinic to be performed by physicians and psychologists will be performed by VA staff. All other clinic staff (e.g, Registered Nurses, Medical Support Assistants, Licensed Practical Nurses, Health Technicians, etc.) will be provided by the contractor. Primary Care services include longitudinal outpatient medical care for the purposes of prevention and detection of disease and subsequent management of medical conditions, for veterans deemed eligible. The contractor will also be responsible for documenting care provided using CPRS. The proposed CBOC, at a minimum, shall provide one standard of care that must be consistent, safe and of high quality. Additionally, the proposed CBOC is expected to comply with all relevant VA policies and procedures, including those related to quality, patient safety and performance. The care provided by the CBOC should be patient centered, continuous, accessible, coordinated, and consistent with VA Medical Center standards, including the thirteen service standards detailed in VHA Directive 2006-041, "Veterans Health Care Service Standards," dated 6/27/06 (http://www.va.gov/vhapublications/ViewPublication.asp?pub_ID=1443). Finally, the VA Office of Patient Care Services, Primary Care Program Office, is undertaking a new initiative to implement a patient-centered medical home (PCMH) model at all Veterans Health Administration (VHA) Primary Care sites which is referred to as Patient Aligned Care Teams (PACT). This initiative supports the VHA Universal Health Care Services Plan to redesign VHA healthcare delivery through increasing access, coordination, communication, and continuity of care. PACT provides accessible, coordinated, comprehensive, patient-centered care, and is managed by primary care providers with the active involvement of other clinical and non-clinical staff. PACT allows patients to have a more active role in their health care and is associated with increased quality improvement, patient satisfaction, and a decrease in hospital costs due to fewer hospital visits and readmissions. Interested parties shall respond to this Sources Sought Notice no later than close of business on November 29, 2016, and shall provide the following information: 1) Name of business and company contact information 2) DUNS number 3) Description of specific projects where your firm BOTH established and operated a primary care outpatient clinic in the United States. Only list those projects where your firm handled BOTH the establishment and the operation of the clinic. List the dates of operation for each project that meets BOTH criteria. 4) PROVIDE REFERENCES FOR PROJECTS WHERE YOUR FIRM HAS BOTH ESTABLISHED AND OPERATED A PRIMARY CARE CLINIC. If a formal solicitation is issued, it is anticipated that the award date of any resultant contract would be in the first quarter of 2017. The contract period of performance would consist of a one-year period. Potential SD/VOSB s having the capabilities necessary to provide the above stated services are invited to respond to this Sources Sought Notice via e-mail to Lisa Spiral Ducret at lisa.ducret@va.gov no later than November 29, 2016. No telephone inquiries will be accepted. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: company name, address, and business size; point of contact name, phone number, and e-mail address; suggested equipment information including manufacturer, model and delivery schedule; whether system is presently offered on a current GSA Federal Supply Schedule contract. NAICS Code 621498 is applicable to determine business size standard. Any questions or concerns may also be directed to Lisa Spiral Ducret via e-mail. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3682e0f28efc6a4d03fb8d2efafcc2b7)
- Document(s)
- Attachment
- File Name: VA260-17-N-0066 VA260-17-N-0066.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3124876&FileName=VA260-17-N-0066-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3124876&FileName=VA260-17-N-0066-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA260-17-N-0066 VA260-17-N-0066.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3124876&FileName=VA260-17-N-0066-000.docx)
- Place of Performance
- Address: CONTRACTOR OWNED FACILITY, FOR VA MEDICAL CENTER:;JONATHAN M. WAINWRIGHT MEMORIAL VAMC;77 WAINWRIGHT DRIVE;WALLA WALLA, WASHINGTON
- Zip Code: 99362
- Zip Code: 99362
- Record
- SN04333873-W 20161124/161122234101-3682e0f28efc6a4d03fb8d2efafcc2b7 (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 |