Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 24, 2016 FBO #5480
DOCUMENT

Q -- Williston and Dickinson North Dakota CBOCs - Attachment

Notice Date
11/22/2016
 
Notice Type
Attachment
 
NAICS
621498 — All Other Outpatient Care Centers
 
Contracting Office
Department of Veterans Affairs;NCO 23 - Minneapolis;708 S. Third St., Suite 200E;Attention: Scott E. Hendrix;Minneapolis, MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26317R0013
 
Response Due
12/6/2016
 
Archive Date
3/6/2017
 
Point of Contact
Scott E. Hendrix
 
Small Business Set-Aside
N/A
 
Description
5. PROJECT NO. (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NO. CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NO. 3. EFFECTIVE DATE 9A. AMENDMENT OF SOLICITATION NO. 9B. DATED PAGE OF PAGES 10A. MODIFICATION OF CONTRACT/ORDER NO. 10B. DATED BPA NO. 1. CONTRACT ID CODE FACILITY CODE CODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers E. IMPORTANT: is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR AC- KNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY is not extended. 12. ACCOUNTING AND APPROPRIATION DATA (REV. 10-83) is required to sign this document and return ___________ copies to the issuing office. is not, A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. 15C. DATE SIGNED B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER BY Contractor 16C. DATE SIGNED 14. DESCRIPTION OF AMENDMENT/MODIFICATION 16B. UNITED STATES OF AMERICA Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER 16A. NAME AND TITLE OF CONTRACTING OFFICER 15B. CONTRACTOR/OFFEROR STANDARD FORM 30 NSN 7540-01-152-8070 PREVIOUS EDITION NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.243 (Type or print) (Type or print) (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) (No., street, county, State and ZIP Code) (If other than Item 6) (Specify type of modification and authority) (such as changes in paying office, appropriation date, etc.) (If required) (SEE ITEM 11) (SEE ITEM 13) (X) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT (Signature of person authorized to sign) (Signature of Contracting Officer) 1 7 A00002 11-22-2016 none Department of Veterans Affairs NCO 23 - Minneapolis 708 S. Third St., Suite 200E Attention: Scott E. Hendrix Minneapolis MN 55415 Department of Veterans Affairs NCO 23 - Minneapolis Attention: Scott E. Hendrix 708 S. Third St., Suite 200E Minneapolis MN 55415 To all Offerors/Bidders VA263-17-R-0013 10-24-2016 X X X 1 12/06/2016 1:00pm CST Pursuant to Federal Acquisition Regulation (FAR) 15.206 Amending the Solicitation, this amendment hereby accomplishes the following: See Summary of Solicitation Amendment A00002. Pursuant to FAR 15.201 Exchanges with Industry Before Receipt of Proposals, the attached document addresses those questions in which answers have been received as of this date. All other solicitation terms and conditions remain unchanged. Scott E. Hendrix Contracting Officer CONTINUATION PAGE SUMMARY OF AMENDMENT A00002 Performance Work Statement (PWS) paragraph 1.4.18 which currently reads: 1.4.18. VHA Directive 2010-027 "VHA Outpatient Scheduling Processes and Procedures http://www1.va.gov/vhapublications/ViewPublication.asp?pub_ID=2252 Is now changed to read: 1.4.18. VHA Directive 1230 "VHA Outpatient Scheduling Processes and Procedures http://www.va.gov/vhapublications/ViewPublication.asp?pub_ID=3218 Performance Work Statement (PWS) paragraph 4.4.24 REGISTRATION, ENROLLMENT, CO PAYMENTS AND EPISODIC CARE REGISTRATION AND ENROLLMENT - Financial Assessments (page 59 of the solicitation) which currently reads: FINANCIAL ASSESSMENTS CONTRACTOR RESPONSIBILITY: For some veterans, an annual assessment of household income (and sometimes assets) must be completed by the veteran prior to being seen by the Contractor's provider. The Contractor shall provide a blank VA Form 10-10EZR (Renewal Application for Health Benefits) to the veteran; and the veteran will fill it out completely, including the financial information on side two of the form. The demographic and financial assessment information will be input into VISTA and maintained by the Contractor. For some veterans, a financial assessment is not required (VA pensioners, service-connected veterans receiving VA compensation, etc.). VA RESPONSIBILITY: Means Testing Forms will be provided and can be mailed or staff faxes them to Eligibility office in Fargo same number as above: 701-232-3241 ext 3427 or 3428 Is now changed to read: FINANCIAL ASSESSMENTS CONTRACTOR RESPONSIBILITY: For some veterans, an annual assessment of household income  should be completed by the veteran.   The Contractor shall provide a blank VA Form 10-10EZR (Health Benefits Update Form) to the veteran and fax any completed 10-10EZR s submitted to the Eligibility and Enrollment office within 48 hours. VA RESPONSIBILITY: Means Testing Forms will be provided and can be mailed or staff faxes them to Eligibility office in Fargo same number as above: 701-232-3241 ext 3427 or 3428. Performance Work Statement (PWS) paragraph 4.4.24 REGISTRATION, ENROLLMENT, CO PAYMENTS AND EPISODIC CARE REGISTRATION AND ENROLLMENT - ENROLLMENT VERIFICATION AND EPISODIC CARE FOR UNASSIGNED/UNENROLLED PATIENTS (page 60 of the solicitation) which currently reads: ENROLLMENT VERIFICATION AND EPISODIC CARE FOR UNASSIGNED/UNENROLLED PATIENTS CONTRACTOR RESPONSIBILITY: The Contractor shall confirm eligibility of all patients presenting for care at the Contractor s site. Contractor shall provide at no additional cost approximately 150 per year nurse-only visits and 150 per year provider visits  to Veterans who are not enrolled (assigned) for care at the outpatient site of care. These visits occur when an unassigned Veteran, but who is an otherwise eligible Veteran, comes to the clinic seeking limited episodic care that cannot be provided by the Veterans assigned primary care provider/team at their preferred facility.   The clinic shall ensure that the Veteran is triaged by a nurse and that any basic care that can be provided by the nurse and/or provider is provided.   Telehealth support for Patients Not Assigned at the Outpatient Site of Care At no additional cost the contractor shall provide approximately 150 per year specialty telehealth visits with the VAMC parent for Veterans who are not enrolled (assigned) for care at the Outpatient Site of Care. These visits occur when a Veteran (not assigned to the site), but who is an otherwise eligible Veteran, requires a specialty telehealth visit with the parent VAMC (vs. requiring the patient traveling to the parent VAMC). The Contractor shall support the scheduling and visit management as per requirements and normal routine as defined in the PWS. Is now changed to read: ENROLLMENT VERIFICATION AND EPISODIC CARE FOR UNASSIGNED/UNENROLLED PATIENTS CONTRACTOR RESPONSIBILITY: The Contractor shall confirm eligibility of all patients presenting for care at the Contractor s site. Contractor shall provide at no additional cost approximately 150 per year nurse-only visits, 150 per year provider visits, and 150 per year lab visits to Veterans who are not assigned for care at the outpatient site of care. These visits occur when an unassigned Veteran, but who is an otherwise eligible Veteran, comes to the clinic seeking limited episodic care that cannot be provided by the Veterans assigned primary care provider/team at their preferred facility. The clinic shall ensure that the Veteran is triaged by a nurse and that any basic care that can be provided by the nurse and/or provider is provided. Telehealth support for Patients Not Assigned at the Outpatient Site of Care at no additional cost the contractor shall provide approximately 150 per year specialty telehealth visits with the VAMC parent for Veterans who are not assigned for care at the Outpatient Site of Care. These visits occur when a Veteran (not assigned to the site), but who is an otherwise eligible Veteran, requires a specialty telehealth visit with the parent VAMC (vs. requiring the patient traveling to the parent VAMC). The Contractor shall support the scheduling and visit management as per requirements and normal routine as defined in the PWS. It is the Contractor s responsibility to track these additional visits as no further reimbursement will be provided for unassigned Veteran patients above and beyond the visits described above. PWS Paragraph 4.4.10 PHARMACY SERVICES (PRESCRIPTION FULFILLMENT) which currently reads: 4.4.11. PHARMACY SERVICES (PRESCRIPTION FULFILLMENT) VA RESPONSIBILITY: Routine prescriptions will be dispensed by the VA and mailed to the veteran. The VA Pharmacy must approve and procure all medications and supplies that are stocked at the outpatient site of care location. The VA Pharmacy will provide the Contractor with a limited supply of routine vaccines for administration. An order for the vaccine must be entered into CPRS by the provider. CONTRACTOR RESPONSIBILITY: Must keep all vaccines, in a secure and locked location, refrigerated and monitor temperatures of vaccines and other refrigerated drugs via constant electronic monitoring (i.e. Checkpoint system). If a temperature variation is identified by the contractor, the contractor should determine the appropriate disposition for the refrigerated medications. The contractor must not accept, store or distribute pharmaceutical samples and storage of pharmacy items must meet VA policy requirements. Is now changed to read: 4.4.11. PHARMACY SERVICES (PRESCRIPTION FULFILLMENT) VA RESPONSIBILITY: Routine prescriptions will be dispensed by the VA and mailed to the veteran. The VA Pharmacy must approve and procure all medications and supplies that are stocked at the outpatient site of care location. CONTRACTOR RESPONSIBILITY: The Contractor must provide routine vaccines. Routine vaccines are defined as those vaccines that are recommended on a routine schedule by CDC (i.e. Flu, pneumococcal, etc.). Foreign vaccines would be considered non-routine. Must keep all vaccines, in a secure and locked location, refrigerated and monitor temperatures of vaccines and other refrigerated drugs via constant electronic monitoring (i.e. Checkpoint system). If a temperature variation is identified by the contractor, the contractor should determine the appropriate disposition for the refrigerated medications. The contractor must not accept, store or distribute pharmaceutical samples and storage of pharmacy items must meet VA policy requirements. PWS Paragraph 4.4.13 CLINICAL PHARMACY SERVICES which currently reads: 4.4.13. Clinical Pharmacy Services Clinical pharmacy. These services should be provided by a CPS with appropriate knowledge, skills, and abilities (KSAs) to perform comprehensive medication management as described previously. The CPS will function in the capacity of a mid-level provider (through a SOP) or CPA as their primary duty is to collaborate with providers to provide comprehensive medication management to patients. The provision for clinical pharmacy services and expertise of a CPS should be available to all patients managed by the contractor. This service may be provided by the VA pharmacy or through the contractor depending on the location. If the services are provided by the VA, the contractor shall provide ample space, support staffing, and ancillary support to allow for the provision of clinical pharmacy services. The support services shall be consistent for the CPS as with other prescribers for each Contractor s scheduled clinic to include but not limited to intake vitals by LVN/LPN, Unlicensed Assistive Personnel (health tech or nursing assistant), or similar, downloading of blood sugar from meters, POC INR testing and downloading, teaching patients how to use BP monitors at home, calling patients for lab reminders, scheduling patient visits and contacting patients who no-show for rescheduling. VA RESPONSIBILITY: The PACT CPS and Contractor providers will receive support from VA to handle routine outpatient medication activities such as prescription verification, refill, renewal, and extension of medication, therapeutic substitutions and conversions, and other general pharmacy issues. Core privileges shall be established in the SOP or CPS to include medication prescriptive authority, assessments, laboratory and other test ordering privileges in the most common Primary Care disease states (chronic diseases including, but not limited to, diabetes, hypertension, hyperlipidemia, smoking cessation, pain management, hepatitis C, osteoporosis). Is changed to read: 4.4.13. Clinical Pharmacy Services Clinical pharmacy. These services should be provided by a CPS with appropriate knowledge, skills, and abilities (KSAs) to perform comprehensive medication management as described previously. The CPS will function in the capacity of a mid-level provider (through a SOP) or CPA as their primary duty is to collaborate with providers to provide comprehensive medication management to patients. The provision for clinical pharmacy services and expertise of a CPS should be available to all patients managed by the contractor. This service will be provided by the contractor. The support services shall be consistent for the CPS as with other prescribers for each Contractor s scheduled clinic to include but not limited to intake vitals by LVN/LPN, Unlicensed Assistive Personnel (health tech or nursing assistant), or similar, downloading of blood sugar from meters, POC INR testing and downloading, teaching patients how to use BP monitors at home, calling patients for lab reminders, scheduling patient visits and contacting patients who no-show for rescheduling. VA RESPONSIBILITY: The PACT CPS and Contractor providers will receive support from VA to handle routine outpatient medication activities such as prescription verification, refill, renewal, and extension of medication, therapeutic substitutions and conversions, and other general pharmacy issues. Core privileges shall be established in the SOP or CPS to include medication prescriptive authority, assessments, laboratory and other test ordering privileges in the most common Primary Care disease states (chronic diseases including, but not limited to, diabetes, hypertension, hyperlipidemia, smoking cessation, pain management, hepatitis C, osteoporosis). Vendor Questions and Answers: Q - On page 44 paragraph 4.4.11 PHARMACY SERVICES (PRESCRIPTION FULFILLMENT) VA RESPONSIBILITY in the RFP it states, The VA Pharmacy will provide the Contractor with a limited supply of routine vaccines for administration. What vaccines will the VA supply and will the Contractor be responsible for any vaccines in this contract? A This paragraph is changed per solicitation amendment A00002. Q - On page 47 paragraph 4.4.13 Clinical Pharmacy Services in the RFP it states, If the services are provided by the VA, the contractor shall provide ample space, support staffing, and ancillary support to allow for the provision of clinical pharmacy services. Will the VA or the Contractor be responsible for the CPS? A The CPS will be provided by the Contractor. This paragraph is changed per solicitation amendment A00002. Q - On page 59 of the RFP under FINANCIAL ASSESSMENTS and CONTRACTOR RESPONSIBILITY it states, The demographic and financial assessment information will be input into VISTA and maintained by the Contractor. The incumbent Contractor does not currently input financial assessment information into VISTA, what requirements are needed by staff? Will the VA provide training for the Contractor to accomplish this effort? A This paragraph is changed per solicitation amendment A00002. Q - On page 60 of the RFP under ENROLLMENT VERIFICATION AND EPISODIC CARE FOR UNASSIGNED/UNENROLLED PATIENTS under CONTRACTOR RESPONSIBILITY it states, Contractor shall provide at no additional cost approximately 150 per year nurse-only visits and 150 per year provider visits to Veterans who are not enrolled (assigned) for care at the outpatient site of care. And on page 60 under the same section it states, Telehealth support for Patients Not Assigned at the Outpatient Site of Care At no additional cost the contractor shall provide approximately 150 per year specialty telehealth visits with the VAMC parent for Veterans who are not enrolled (assigned) for care at the Outpatient Site of Care. Will lab visits for Veterans not enrolled for care be counted towards the 150 nurse-only visits? What happens after we exceed the 150 per year of each of these types of visits? A - This paragraph is changed per solicitation amendment A00002. Q - With reference to the QASP in Attachment 1 of the RFP, how is the QASP tasks measured (what formula is used)? Which VISTA/CPRS/other reports are used specifically in monitoring the measures? Does the Contractor have the ability to monitor internally with access to the reports/data? Is there clinic specific data available for both the Dickinson and Williston CBOCs? If not, how would the Dickinson CBOC be measured for compliance? A - Yes reports are available for each clinic. Dickinson will have station identifiers in December 2016. There currently is a way to get data for both sites separately. The contractor will have the ability to monitor this using VSSC data and would have access to clinic specific data. Q - In Attachment 1 QASP on page 7 under Appointment Cancellations it states, 100% of patients seen within 2 weeks of the original cancelled appointment date. How are appointment cancellations measured (what is the formula to calculate the score)? Which VISTA/CPRS reports are used to monitor specifically? Does the Contractor have access to these reports to monitor internally? For auditing, who conducts the audits on QASP compliance and how often do these audits occur? What happens if the Contractor makes every attempt to get the patient in, but the patient refuses or is unable to come in for more than 2 weeks? If even one patient refuses to reschedule their appointment within 2 weeks, this measure would not be met. Would the VA consider revising this measure to state, 100% of patients rescheduled within 2 weeks of the original cancelled appointment or patient s preferred date. ? A See VHA Directive 1230 Outpatient Scheduling Processes and Procedures. This Directive added in solicitation amendment A00002. See Attachment 1 QASP for audit frequency. Q - In Attachment 9 of the RFP on page 1 it states, Information on the ONE PACT MODULE criteria is available under the CBOC Prototype section of: http://www.cfm.va.gov/til/spclRqmts.asp#CBOC. This design guide includes information on recommended rooms, sizes, adjacencies, clinic layout, individual room layouts, equipment, furniture, and expected mechanical, electrical, and low voltage requirements. VA will expect the contract site to generally comply with this design guide. In the referenced website above starting in Section 6.0 CBOC Prototype Equipment Layouts Overview of the Standardized Design and Construction of CBOC's it states that each exam room shall have 1 data outlet and 1 phone outlet. Each office area shall have 2 data outlets and 1 phone outlet. However, in Attachment 9 of the RFP on page 7, under Other General Room Requirements for PACT Exam Rooms it states, Phone/data outlets (3 data and 1 phone jack per outlet) as required, to include, but not limited to two each at each staff area modular workstation desk within the space, 1 phone/data jack at each of the following equipment locations: one per remaining wall without a phone/data jack (one of these should be placed between the instrument/supply cart and exam table). Furthermore, this same statement is listed for each office/room area in Attachment 9. This equates to over 12 data jacks and 5 phone jacks per exam room and office. Will the VA please clarify how many data /phone outlets are required per exam room and office area? A As stated in the question, the design guide includes recommended rooms, sizes, adjacencies, clinic layout, individual room layouts, equipment, furniture, and expected mechanical, electrical, and low voltage requirements. Attachment 9 of the RFP states the requirements for this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26317R0013/listing.html)
 
Document(s)
Attachment
 
File Name: VA263-17-R-0013 A00002 VA263-17-R-0013 A00002_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3124206&FileName=VA263-17-R-0013-A00002000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3124206&FileName=VA263-17-R-0013-A00002000.docx

 
File Name: VA263-17-R-0013 A00002 S06 VA263-17-R-0013 A00002 02.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3124207&FileName=VA263-17-R-0013-A00002001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3124207&FileName=VA263-17-R-0013-A00002001.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;Fargo VA Health Care System;2101 Elm Street N.;Fargo, ND
Zip Code: 58102
 
Record
SN04334149-W 20161124/161122234329-04eeae988cbcd63d64be17f2122354a6 (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.