Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2017 FBO #5626
DOCUMENT

Q -- DME Services minus Southern Zone - Attachment

Notice Date
4/17/2017
 
Notice Type
Attachment
 
NAICS
621610 — Home Health Care Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
 
ZIP Code
33637
 
Solicitation Number
VA24817R0326
 
Response Due
4/21/2017
 
Archive Date
6/20/2017
 
Point of Contact
Melva Stennnis
 
Small Business Set-Aside
N/A
 
Description
Pg 1 #1 DME General Pick up of equipment. Please clarify how DME equipment will be disposed of and how long storage of said DME equipment will take to be picked up at storage facility and the VA if going to pick up disposal OR DME contractor will dispose of used un-repairable equipment? A: VA makes the final determination and the Contractor delivers the disposable to the VA and is placed in identified disposal bins at each VAMC. Pg 2 4.2 SOW Since the Northern Zone is the largest in area 264 plus miles across, can the gas mileage rate be based upon a radius from the Medical Center as in the past 90 mile radius so mileage rate will be included? A: Per section 4.2; In rare instances it shall be necessary to make a delivery/pick-up beyond the last zone for any VAMC/VHCS Facility in VISN 8; a separate delivery charge shall be used for these occurrences based upon the Government mileage reimbursement rate on the date of that service (currently $.54/mile). Per Sec. 4.3 of the SOW: There shall be NO extra charge for pick-up/delivery with the exception of additional mileage charges (Example: Delivery/pick-up for a patient who may live in the northern zone but receives services from a central or southern zone contractor). Additional mileage will not be paid if the same contractor holds the contract in both zones. Pg 2 4.5 No charge for pick up and delivery to local VAMC/VHCS? Gainesville VA has supplies delivered to the hospital for use in their small stock room at least twice a week taking a minimum of three truck loads. This service would have no fee? A: 4.4 The VAMC/VHCSs are responsible for payment of service calls. A service call will include one or more of the following tasks: delivery; pick up, repair and/or Set-up of DME and accessories, and other service(s) described in this Statement of Work. Pg 4 8.1 All ramps are considered DME as in portable and storage of modular ramp systems? Are all ramps considered DME equipment for delivery? A: Portable Ramps only Pg 4 8.1.14 Are ECU considered DME? Storage of units in warehouse? As these are used in a specific cases and few are the same. A: Yes. Environmental Control Unit (ECU) (1) The ECU consists of an array of components designed to provide a severely-disabled patient the opportunity for independent action in some of the activities of daily living. The unit may be furnished when prescribed for high-level spinal cord injury patients, patients suffering from advanced neurological diseases, or any other condition resulting in severe impairment of motor control. (2) ECUs are normally voice-activated, switch-activated, or a combination of voice and switch activations. Voice-activated units are operated through verbal commands into a microphone. Switch-activated units are operated through a control panel, e.g., sip and puff Pg 11 15.9 Are manuals in Spanish if not in print by manufacture provided by VA? A: No. The Vendor provides the manual in Spanish. Pg 13 18.7 Temporary replacement provided by the VA? Temporary replacement of all DME items are to be replaced by the DME contractor with private stock, as specially items such as air mattress are usually special ordered and not a stocked item. A: Temporary Replacements are from VA DME Stock Pg 17 26.6 Report communicable diseases to local & state agencies in what time frame and to Health Depart? We report now to the COR of every veteran via email encrypted. Reference Pg 23 34.2. A: Report to the VA via the COR Greetings, as per instruction to vendors in the RFP Attachment, I am submitting the following questions for clarification on RFP solicitation VA248-17-R-0326. 1-           On page three of the solicitation notice of the RFP it states that this solicitation is set-aside for veteran owned small business (VOSB). If there are no VOSB in Puerto Rico, with the necessary JCAHO qualifications to service the Caribbean Healthcare System, would small business SAM registered entities be considered? A: Set-aside for Veteran Owned Small Business. Business does not have to be physically located in Puerto Rico /Caribbean 2-           On page three of the solicitation notice of the RFP it states that the Government intends to award one Requirements Contract covering all three zones unless it (the government) cannot determine that one contractor to be in the best interest of the government, based on best value. It is then that single Requirements Contract may be awarded for each zone. Would this consideration be considered if there is no one provider licensed and/or accredited to do business in all three zones? A: The Contractor must be accredited and must demonstrate that it has met or exceeded Joint Commission Standards and provide documented evidence that it meets Joint Commission requirements for delivery, set up, repair, pick-up, and storage of durable medical equipment. 3-           On page two of the solicitation notice of the RFP, in the third paragraph stair glides and room air conditioners are mentioned among the items to be covered under the services rendered under this contract. There is no mention of this items under any of the work statement sections and further more on section seventeen (17) it states that any permanent fixtures required for equipment installation (as those needed to install these items) shall be quoted and invoiced as a separate charge after issuance of a separate procurement request. Please clarify. A: The SOW does not list all DME, 8.1 states VA-Owned equipment includes, but not limited to. 17.1 states Should there be a need to install or affix any permanent fixture to wall, ceilings, floors, etc., at the veteran s premises. The contractor shall provide a quote to the VAMC Prosthetic Service POC for review and approval. This service shall be quoted and invoiced as a separate charge after issuance of a separate procurement request. 4-           On section 7.2 of the Work Statement it states that emergency after hours or weekend service shall be brought to the attention of the COR before the close of business the next work day, after the emergency. But on section 13.2 that emergency services shall only be provided by contractor upon receipt of a specific order or authorization from COR. Please clarify discrepancy. A: 7.2 refers to after-hours emergency and 13.2 refers to during work hours emergency. 5-           On section 8.1 of the Work Statement it states the contractor shall pick up VA-Owned equipment from VA facilities located in either the northern, central, southern or Caribbean zone service area as directed by the COR. In the event of issuance of a single Requirement Contract for one zone, will pick up be limited only to that zone? A: It would be limited to facilities in that Zone if an offeror was only awarded that zone. 6-           On section 13 of the Work Statement certain execution time frames are described as for the different services to be performed by contractor. In the Caribbean Zone service to several separate islands is required. Access to these islands is by ferry service to Culebra and Vieques, which could be inconsistent due to their limited resources. In the case of the 3 USVI service must be accomplished via air travel, once again adding variables outside of the contractors control. How is this to be considered considering this section 13 requirement? A: Unless otherwise approved by VAMC/ VHCS per line 1 of section 13.1 would apply. 7-           The previously mentioned services to Culebra and Vieques Islands, and to the USVI Islands involve added expenses for special travel needs to reach this islands. By experience as the VA Caribbean Home Oxygen Program contractor we know that services to this islands is very small, percentage wise, as compare to the totality of services to be rendered. Could this services be priced separately on the Price Schedule as not to over charge for services performed on the main island of Puerto Rico? If not, could actual historic data be supplied as to properly attach it statistical weight upon calculation of adequate actuarial pricing? A: If an offeror is submitting a proposal for the Caribbean Zone, those additional costs should be included in the proposal. 8-           On section 15.6 of the Work Statement it states that prior to deliver the contractor shall confirm with Veteran family/caregiver that the room is free and clear for the delivery of their equipment. If the confirmation is received but upon arrival to the Veteran residence it is discovered that such provision has not been fulfilled by the caregivers, what is to be done by the contractor? Is this a billable service? A: Notify the COR of designee. Yes it is a billable service. 9-           If upon the execution of section 15.7 of the Work Statement instructions the Veteran refuses to sign the refusal of service documentation for whatever reason, what shall the contractor do? A: Notify the COR or Designee 10-     The Price Schedule item 2 relates to services described on section 18 of the Work Statement. On sections 18.1.2, 18.4, 18.5 and 18.8 it is mentioned that the contractor must submit an estimate of charges or a quotation for repair work to be approved by COR prior to execution of repair service. What items are to be included in this quotation? If labor cost is to be included, how does that relate to Price Schedule item 2? A: Submit estimate of costs for repair to the COR (the VAMC/VHCS retains the right to review and determine if the price offered is disadvantageous to the VA and may pursue repairs elsewhere). 11-     What constitutes a Price Schedule item 2 SVC unit? An average for repair work of very different DME equipment? Please clarify. A: Submit estimate of total cost to repair for the type of DME Equipment. 12-     On the Price Schedule item 2 emergency calls repairs are included. How does that differ from Price Schedule item 3 repair of DME? Does the contractor bill using both, one for the trip and the other for the actual repair? Please clarify. A: CLIN 2 states emergency calls and CLIN 3 states emergency trips. Yes, one charged for the service call and one for repair costs. 1 Contract 12 C.2 52.216-18 Ordering (Oct 1995) Other than US Mail as specified in paragraph (c), what other methods will the VA use to issue task or delivery orders? A: Electronically 2 Contract 12 C.3 52.216-19 Order Limitations (Oct 1995) When will the VA provide/insert the specific limitation values in paragraphs (a) and (b) (1), (b)(2), (b)(3) and (d)? A: 52.216-19 ORDER LIMITATIONS (OCT 1995) (DEVIATION II FEB 2007)16.506(b) (a) Minimum order. When the ordering activity requires supplies or services covered by this contract in an amount of less than $100.00, the ordering activity is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor (1) Any order for a single item in excess of $1,000,000.00; (2) Any order for a combination of items in excess of $1,000,000.00; or (3) A series of orders from the same ordering office within 7 days that together call for quantities exceeding the limitation in paragraph (b) (1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the ordering activity is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 7 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the ordering activity may acquire the supplies or services from another source. 3 Contract 14 C.6 52.217-9 Option to Extend the term of the contract (Mar 2000) In section c, does this statement only refer to extending the contract after the base and all option years have been exercised? A: Yes. Corrected to read (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 Months. 4 Contract 17 C.10 VAAR 852.237-7 Indemnification and Medical Liability Insurance (Jan 2000) What amounts of professional liability insurance will the VA insert in subparagraph (a)A: ? $1,000,000.00. 5 Contract 26 E.1 52.212-1 Instructions to Offerors - Commercial Items (Oct 2016) In section e, Multiple Offers, how would the government want multiple offers from a vendor be identified for submission? A: There is no regulation on labeling multiple offers from one Vendor. You may choose to identify your best and primary proposal as Offer 1 then followed by Offer 2, etc. for example. Each offer submitted will be evaluated separately. 6 SOW General Can the VA provide an estimated number of VISN 8 patients that live in South Georgia that are eligible to utilize these solicited DME services? A: The total number of DME patients at each VA site varies and is subject to change. 7 SOW 1 DME - General Requirements - General, paragraph 2. ACCESS to VA INFORMATION AND VA INFORMATION SYSTEMS, subparagraph d For the purpose of custom software development and outsourced operations does the VA consider the Caribbean zone and the Virgin Islands as being located in the U.S. (i.e. a U.S. domestic location)? A: Yes 8 SOW 2 4. Service Call/Delivery Charge (DME) in 4.2, where can we find the Government Mileage Reimbursement rate? I.E. a website A:https://www.gsa.gov/portal/content/100715 9 SOW 3 6. Contract Administration PKI is a very broad term for encryption, can the government define the minimum type of PKI encryption required? A: Suitable for providing confidentiality, authentication, and data integrity for VA sensitive information and compatible with VA PKI as determined by the Information Security Officer (ISO). 10 SOW 6 10.6 Note Since this SOW states that there will not be an additional charge to dispose of VA owned equipment, will the contractor be the one who determines where to dispose of equipment, per manufacturers guidelines? Or will the contractor be required to transport VA owned equipment to a VA disposal site? If the contractor is required to dispose of equipment at a VA disposal site, where are these sites located? Does each VAMC have a disposal site? A: VA makes the final determination and the Contractor delivers the disposable to the VA and is placed in identified disposal bins at each VAMC. 11 SOW 6 11. Inventory Management 11.1.2.10 is for appropriate HCPC code. Will the Government be providing the contractor for all of their equipment's HCPCS codes? A: Yes 12 SOW 10 14. VA Direct Delivery to Contractor 14.1.5 states that all packing slips must be mailed to the Facility COR or designees. Can we add emailed as an acceptable method of delivering the packing slip to the COR or designee? A: Yes 13 SOW 12 18.1.1 Refurbishing 18.1.1 states hospitals beds shall not be refurbished.   What is the VA s definition of refurbishing? A: SOW is amended to remove hospital beds shall not be refurbished. A: restored to its former working good condition. 1.           Section 10 of the SOW Storage Facility DME states that the contractor shall provide a minimum of 3500 SQFT. of storage space per medical center in each Zone.   If the Vendor separates all equipment by VAMC facility, would the VA allow one warehouse facility to cover both the Tampa and Bay Pines VAMCs, due to the close proximity of these VA Medical Centers?   This would help to reduce/ minimize the service cost to the VAMCs. A: each facility requires a minimum of 3500 square feet to accommodate the stock.  If the contractor were to have 7000 square feet in the same building for both facilities and that building was centrally located between the 2 hospitals then yes the stock could be kept in the same building. 2.           Section 10 of the SOW Storage Facility DME states that the contractor shall provide a minimum of 3500 SQFT. of storage space per medical center in each Zone.   If the Vendor separates all equipment by VAMC facility, would the VA allow one warehouse facility to cover both the Lake City and Gainesville VAMCs, due to the close proximity of these VA Medical Centers? This would help to reduce/ minimize the service cost to the VAMCs. A: A: each facility requires a minimum of 3500 square feet to accommodate the stock.  If the contractor were to have 7000 square feet in the same building for both facilities and that building was centrally located between the 2 hospitals then yes the stock could be kept in the same building. We would like to bid on the Northern and Central zones of this solicitation.   Are we able to do that, or would we have to bid on the entire VISN?   If we are able to bid on these two zones, would the pricing for each Zone be evaluated separated for the bid.   In other words, would it be possible to win the Northern Zone but not the Central zone?    A: Per the FBO Posting The Government intends to award one Requirements Contract covering the Northern, Central and Caribbean Zones; however; if the government cannot determine that one contractor to be in the best interest of the government (best value), single Requirements Contracts may be awarded for each zone. the Government will perform a best value evaluation of all offers received via the lowest price technically acceptable (LPTA) process based upon the factors contained in the solicitation.   You do not have to bid on all 3 zones. Each Zone will be evaluated for the lowest price that is technically acceptable. ***ALL Proposals must be submitted electronically***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24817R0326/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-17-R-0326 A00001 VA248-17-R-0326 A00001_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3421554&FileName=VA248-17-R-0326-A00001000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3421554&FileName=VA248-17-R-0326-A00001000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04475159-W 20170419/170417235139-c56d1f3fe3da653a8ff6357185185e8d (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.