DOCUMENT
Q -- Neurophysiologic Monitoring - Columbia MO Harry S. Truman Memorial VAMC 800 Hospital Drive, Columbia, MO 65201 - Attachment
- Notice Date
- 9/25/2017
- Notice Type
- Attachment
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- VA25517N1087
- Response Due
- 10/6/2017
- Archive Date
- 1/4/2018
- Point of Contact
- Kathleen Sciortino
- Small Business Set-Aside
- Total Small Business
- Description
- Page 3 of 3 This is not a solicitation announcement. This is a Sources Sought publication only. The purpose of this Request for Information (RFI) is solely for information and planning purposes and does not constitute a solicitation. Please do not submit a proposal in response to this RFI. This notice is to assist Networking Contracting Office 15 in the determination of sources only. A solicitation is not currently available. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. The Department of Veterans Affairs (VA), Columbia Medical Center located in Missouri is seeking potential Contractors capable of providing on-site Neurodiagnostic Technologist(s) services for the Harry S. Truman Memorial VAMC, at 800 Hospital Drive, Columbia, MO 65201. Services to be provided include: Contractor shall cover the range of Neurophysiology services to be used in performing the services below: Contract Neurodiagnostic Technologist(s) shall be Certification in American Board of Psychiatry and Neurology. Certified under the Neurophysiologic Intraoperative Monitoring (CNIM) from the American Board of Registered Electroneurodiagnostic Technologist. Contract Neurodiagnostic Technologist(s) shall be available and present in the operating room working simultaneous on patients with 1:1 ratio. The operating hours may be revised, as deemed appropriate for patient care by the Chief of Staff (COS). Currently, normal operating room hours are 6:30 am 7:00 pm. The contractor s group performing services will be responsible for a full spectrum of direct intraoperative monitoring, analysis, and reporting of findings to surgical staff as well as documentation in the patient medical record. The Columbia VA prefers that intraoperative feedback be provided during the actual performance of the procedure being monitored; such real time feedback, if included, will be delineated in the contractor s technical/logistical approach. The services to be performed by the contractor will be monitored for quality of patient care by the Columbia VA s Chief of Staff and Vice President, Surgery Service Line. Contract Neurodiagnostic Technologist(s) shall be available and present in the operating room working simultaneous on patients with 1:1 ratio. The contractor group must be available for emergency coverage 24 hours per day, 7 days per week. The Columbia VA will not pay for on-call or standby time, and will only pay for actual services performed. For emergent or unscheduled cases during weekday nights, weekends, or holidays, the Columbia VA Operating Room staff will contact the designated contractor staff person via an on-call pager. The contractor group must be available on-call to provide monitoring services within one hour of actual contact by Columbia VA, except where inclement weather, natural disaster, or other force major prevents responding in such a time period. Anticipated volume of emergency cases is one (1) per month. Under supervision, Neurodiagnostic Technologist(s) staff will perform multiple modality evoked potentials on patients in the operating room at the Columbia VA. The Neurodiagnostic Technologist(s) will be responsible for setting up all necessary OR equipment and supplies necessary for neurophysiological intraoperative monitoring and the placement of suitable electrodes on predetermined measured positions on the patient s body. Once connected to the machine in the operating room, data can be interpreted by the neurophysiologist (in-house) or remotely where the data is transmitted using a secure HIPAA compliant internet connection. The, Neurodiagnostic Technologist(s) will be sufficiently knowledgeable to test equipment prior to use and to make any adjustments in the equipment settings that are required. The, Neurodiagnostic Technologist(s) will select predetermined electrode combinations as well as non-standard assortments as necessary. The, Neurodiagnostic Technologist(s) will obtain standard recordings and report on-going status of patient s nervous system to the surgeon. The, Neurodiagnostic Technologist(s) will recognize artifacts in the data differentiate them from evoked potential patterns and take appropriate steps to eliminate them. They will obtain patient medical information when requested and will translate test results from computer files to a hard copy report for physician interpretation. The, Neurodiagnostic Technologist(s) staff will also be responsible for removing electrodes post procedure and returning equipment if Columbia VA to specified locations or remove the contractor supplied equipment from the operating room upon completion of each procedure..Contractor may utilize *existing Columbia VA monitoring equipment and software, or may provide and utilize its own equipment and software if preferred, so long as its efficacy and reliability can be evidenced. Columbia VA will provide hardware and expendable supplies used in the Columbia VA operating room for the Columbia VA equipment owned (*Neuro 5 Cube). Contractor shall have contracted Neurodiagnostic Technologist (s) available on-call during all hours when the (Columbia VA) operating room is closed, including evenings, weekends and holidays. The Contractor shall ensure it is not providing concurrent on-call duty to both VA and other community health care facilities for the same period of time Additional Information: The VA seeks to gain knowledge of potential qualified sources and their size classification (HUBZone, 8(a), small, small disadvantaged or service disabled veteran owned small business) relative to NAICS Code 621512, Diagnostic Imaging Centers; size standard of $15.0 Million. Responses to this Sources Sought will be used by the Government to make appropriate acquisition decisions and developing a potential procurement strategy. After review of responses to this sources sought synopsis, a solicitation announcement may be published in the FedBizOpps website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond directly to any corresponding solicitation by submitting a proposal. Responses: If you are interested and are capable of providing the required services please provide the requested contact information. The intended contract period will be for one base year and four, one-year option periods. The Estimated number of cases/procedures for Columbia VAMC according the Service Line is ten (10). Responses to this notice should include a company name, address, point of contact (Name, Phone Number and e-Mail Address), DUNS number, business size, Socioeconomic Status (Veteran Owned, SDVOSB, HUBZONE, 8(a), etc.), and a capability statement. Direct all responses via email to Kathleen Sciortino via email to Kathleen.sciortino@va.gov. by October 6th NLT 4:00PM CST. Please limit your response to this synopsis to five pages. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25517N1087/listing.html)
- Document(s)
- Attachment
- File Name: VA255-17-N-1087 VA255-17-N-1087_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3816259&FileName=VA255-17-N-1087-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3816259&FileName=VA255-17-N-1087-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA255-17-N-1087 VA255-17-N-1087_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3816259&FileName=VA255-17-N-1087-000.docx)
- Place of Performance
- Address: Harry S. truman Memorial VAMC;800 Hospital Drive, Columbia, MO
- Zip Code: 65201
- Zip Code: 65201
- Record
- SN04692975-W 20170927/170925231623-82ae73f807f5a47bf6474f25c8240c19 (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 |