SOLICITATION NOTICE
Q -- Copy of IONM Services - Columbia MO
- Notice Date
- 11/20/2018
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 621399
— Offices of All Other Miscellaneous Health Practitioners
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- 36C25518Q0561
- Archive Date
- 1/19/2019
- Point of Contact
- 913-946-1115
- Small Business Set-Aside
- N/A
- Description
- 36C25518Q0561 Page 10 of 10 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25518Q0561 Posted Date: November 20, 2018 Original Response Date: December 7, 2018 Current Response Date: December 7, 2018 Product or Service Code: Q510 Set Aside (SDVOSB/VOSB): N/A NAICS Code: 621399 Contracting Office Address Network Contracting Office 15 Ashley Osborn 3450 S 4th Street Trafficway Leavenworth, Kansas 66048 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 621399, with a small business size standard of $7.5 million. The Columbia, MO VA Medical Center is seeking to purchase Intraoperative Neuromonitoring (IONM) services to include SSEP and EEG. All interested companies shall provide quotations for the following: Services Line Item Description Quantity Units Unit Price Total Price 0001 Hourly rate for Board-Certified ElectroElectro Neurophysiologic Technologist 40 Hr 00002 Disposables, equipment, set up fees 20 Procedures The contract period of performance is to be determined at award. The contract will be a one-year base period with four 1-year option periods. The contractor is not guaranteed a full forty hours or twenty procedures. The above is an estimate based upon the need of the VA Medical Center. Place of Performance Address: 800 Hospital Drive Columbia, MO Postal Code: 65201 Country: UNITED STATES Award shall be made to the offeror whose quotation provides the best value to the Government, pursuant to FAR 15.101. The government intends to award without discussion, but reserves the right to enter into discussions with offerors when determining the best value. The Government intends to award a contract resulting from this Combined Synopsis/Solicitation to the responsible offeror whose offer will be most advantageous to the Government, price and other factors considered. The government will evaluate offers, pursuant to FAR 52.12-2 Evaluation, based on the following evaluation criteria (1) technical capability, (2) past performance, and (3) price. Note that when combined, technical capability and past performance, are significantly more important than price. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items October 2018 FAR 52.212-3, Offerors Representations and Certifications Commercial Items October 2018 Offerors must complete annual representations and certifications on-line at https://sam.gov/SAM/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items October 2018 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders October 2018 This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Submission shall be received not later than 5:00 PM Central Time on December 7, 2018 via email to the Point of Contact listed below. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Late offers will not be considered. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Ashley Osborn, Contracting Officer Email: Ashley.osborn@va.gov Phone: 913-946-1112 QUALIFICATIONS: Staff/Facility: Board Certification The contractor shall provide Electro Neurophysiologic Technologists who performs IONM services who is accredited through the American Board of Registered Electro Neurophysiologic Technologist (http://www.abret.org). This technical certification is intended for technologists who work under supervision by a neurophysiologist or neurologist. Electro Neurophysiologic Technologist shall be American Board of Registered Electro Neurophysiologic Technologist (http://www.abret.org). This technical certification intended for technologists who work under supervision by a neurophysiologist or neurologist. All continuing education courses required for maintaining certification must be kept up to date at all times. Documentation verifying current certification shall be provided by the Contractor to the VA Contracting Officer Representative (COR) within the first thirty (30) days of contract award, and shall provide on an annual basis for each year of contract performance. Credentialing and Privileging Credentialing and privileging is to be done in accordance with the provisions of VHA Handbook 1100.19 referenced above. No services shall be provided by any Electro Neurophysiologic Technologist prior to obtaining approval by the (Columbia VA) Professional Standards Board, Medical Executive Board, Medical Center Director and added to the contract by the Contracting Officer through a bilateral contract modification. If a neurophysiologist technologist is not credentialed and privileged or has credentials/privileges suspended or revoked, the Contractor shall furnish an acceptable substitute without any additional cost to the government within 30 days. Technical Proficiency - Electro Neurophysiologic Technologist shall be technically proficient in the skills necessary to fulfill the government s requirements, including the ability to speak, understand, read and write English fluently. Contractor shall provide documents upon request of the COR to verify current and ongoing competency and skills upon completion. Contractor shall provide verifiable evidence of all educational and training experiences including any gaps in educational history for all Electro Neurophysiologic Technologists. Electro Neurophysiologic Technologists shall be responsible for abiding by the Facility's Medical Staff By-Laws, rules, and regulations (referenced herein) that govern staff behavior. Standard Personnel Testing (PPD, etc.): Contractor shall provide proof of the following tests for Electro Neurophysiologic Technologist within five (5) calendar days after contract award and prior to the first duty shift to the COR and Contracting Officer. Tests shall be current within the past year. TUBERCULOSIS TESTING: Contractor shall provide proof of a negative reaction to PPD testing for all Electro Neurophysiologic Technologists. A negative chest radiographic report for active tuberculosis shall be provided in cases of positive PPD results. The PPD test shall be repeated annually. RUBELLA TESTING: Contractor shall provide proof of immunization for all Electro Neurophysiologic Technologist for measles, mumps, rubella or a rubella titer of 1.8 or greater. If the titer is less than 1.8, a rubella immunization shall be administered with follow-up documentation to the COR. OSHA REGULATION CONCERNING OCCUPATIONAL EXPOSURE TO BLOODBORNE PATHOGENS: Contractor shall provide generic self-study training for all Electro Neurophysiologic Technologist; provide their own Hepatitis B vaccination series at no cost to the VA if they elect to receive it; maintain an exposure determination and control plan; maintain required records; and ensure that proper follow-up evaluation is provided following an exposure incident. The VAMC shall notify the Contractor of any significant communicable disease exposures as appropriate. Contractor shall adhere to current CDC/HICPAC Guideline for Infection Control in health care personnel (as published in American Journal for Infection Control- AJIC 1998; 26:289-354 http://www.cdc.gov/hicpac/pdf/InfectControl98.pdf) for disease control. Contractor shall provide follow up documentation of clearance to return to the workplace prior to their return. Citizenship related Requirements: The Contractor certifies that the Contractor shall comply with any and all legal provisions contained in the Immigration and Nationality Act of 1952, As Amended; its related laws and regulations that are enforced by Homeland Security, Immigration and Customs Enforcement and the U.S Department of Labor as these may relate to non-immigrant foreign nationals working under contract or subcontract for the Contractor while providing services to Department of Veterans Affairs patient referrals; While performing services for the Department of Veterans Affairs, the Contractor shall not knowingly employ, contract or subcontract with an illegal alien; foreign national non-immigrant who is in violation their status, as a result of their failure to maintain or comply with the terms and conditions of their admission into the United States. Additionally, the Contractor is required to comply with all E-Verify requirements consistent with Executive Order 12989 and any related pertinent Amendments, as well as applicable Federal Acquisition Regulations. If the Contractor fails to comply with any requirements outlined in the preceding paragraphs or its Agency regulations, the Department of Veterans Affairs may, at its discretion, require that the foreign national who failed to maintain their legal status in the United States or otherwise failed to comply with the requirements of the laws administered by Homeland Security, Immigration and Customs Enforcement and the U.S Department of Labor, shall be prohibited from working at the Contractor s place of business that services Department of Veterans Affairs patient referrals; or other place where the Contractor provides services to veterans who have been referred by the Department of Veterans Affairs; and shall form the basis for termination of this contract for breach. This certification concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under 18 U.S.C. 1001. No Employee status: The Contractor shall be responsible for protecting Electro Neurophysiologic Technologist furnishing services. To carry out this responsibility, the Contractor is fully responsible for providing the following benefits below. The Dept. of VA is not responsible for, nor shall reimburse the Contractor of those benefits identified within paragraph 2.5: Workers compensation Professional liability insurance Health examinations Income tax withholding, and Social security payments. VA HOURS OF OPERATION/SCHEDULING: VA Business Hours: 7 am 5:00 pm Monday - Friday Work Schedule: 7 am 5:00 pm Monday Friday Services Required: Electro Neurophysiologic Technologist as Needed Patients must be seen by a contract Electro Neurophysiologic Technologist (s) on-site at (Columbia VA) in a timely manner in accordance with VA Rules and Regulations on surgical operation times and consult completion. Contractor shall notify the COR at least monthly about any obstacles to meeting this performance measure. Contract Electro Neurophysiologic 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 7:00 am 5:00 pm. The contractor shall provide comprehensive IONM (neurophysiology) services for operative procedures listed in the Schedule of Services and Prices/Costs (the Schedule) at the Columbia VA, Columbia, MO 65201. Services shall be performed in accordance with the requirements specified in this contract, and in accordance with the technical/logistical approach presented by the contractor and agreed to by Columbia VA. 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. The Columbia VA Operating Room Program Support Clerk will contact the contractor between the hours of 12:00 Noon and 3:00 p.m. Monday through Friday (or the contractor may contact the Columbia VA Operating Room Program Support Clerk at (573-814-6570), the day before scheduled procedure(s), to determine the need for IONM (neurophysiology) services for scheduled cases. The Columbia VA will make every effort to provide at least a 2-day notice for scheduled cases. The Columbia VA will not pay for on-call, and will pay for actual services performed based on the number of cases logged according to the Operating Room Attendance Roster and log. CONTRACTOR RESPONSIBILITIES Intraoperative Neuromonitoring (neurophysiology) services: The Electro Neurophysiologic Technologist shall be under supervision of the OR physician and shall perform multiple modality evoked potentials on patients in the operating room at the Columbia VA. The Electro Neurophysiologic Technologist will be responsible for setting up all necessary OR equipment and supplies necessary for Electro 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 Electro Neurophysiologic Technologist will be sufficiently knowledgeable to test equipment prior to use and to make any adjustments in the equipment settings that are required. The Electro Neurophysiologic Technologist will select predetermined electrode combinations as well as non-standard assortments as necessary. The Electro Neurophysiologic Technologist will obtain standard recordings and report on-going status of patient s nervous system to the surgeon. The Electro Neurophysiologic Technologist 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 Electro Neurophysiologic Technologist 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. At all times during procedures in the operating room, the ratio of Electro Neurophysiologic Technologist to patient will be 1 to 1. Contracted Technician shall be responsible for signing in and out when attendance in the Operating Room. Attendance rosters shall be used for verification of worked performed by the COR. Failure to sign in and out on the attendance log may delay payment for services being rendered. Contractor shall coordinate provision of services with the Attending Surgeon or designee. Contractor shall complete all administrative tasks and required documentation immediately following the procedures. EQUIPMENT: Columbia VA will not procure any equipment required to perform services or necessary accessories/supplies under this contract. 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. The VAMC will not be responsible for the Contractor s equipment for costs of repairs and or replacements of such equipment, technology, or software. Contractor has full responsibility of using its own technology to conduct IONM services. The contractor shall abide by all VAMCs policies and procedures regarding the maintenance, use and safety of any clinical equipment utilized by the Technicians in the OR at Columbia VAMC Contractor shall be responsible for computer networking assistance reasonable necessary for the Technologist to perform IONM services at its own expense if using company owned equipment. STANDARDS OF CARE: The contract Electro Neurophysiologic Technologist shall cover the Vascular Surgery services as would be provided in a state-of-the-art civilian medical treatment facility and the standard of care shall be of a quality, meeting or exceeding currently recognized TJC, VA and national standards as established by: Certification in American Board of Psychiatry and Neurology http://www.abpn.com Electro Neurophysiologic Intraoperative Monitoring (CNIM) from the American Board of Registered Electro Neurophysiologic Technologist (http://www.abret.org). This technical certification intended for technologists who work under supervision by a neurophysiologist or neurologist. American Board of Electro Neurophysiologic Monitoring (ABNM) certification (http://abnm.info). VA Standards: VHA Directive 2006-041 Veterans Health Care Service Standards (expired but still in effect pending revision) https://www1.va.gov/vhapublications/ViewPublication.asp?pub_ID=1443 The professional standards of the Joint Commission (TJC) http://www.jointcommission.org/standards_information/standards.aspx The standards of the American Hospital Association (AHA) http://www.hpoe.org/resources?show=100&type=8 and; The requirements contained in this PWS Direct Patient Care: Shall provide 99% IONM services involved in direct patient care. Per the qualification section of this PWS, the Contractor shall provide the following staff: Board Certified Electro Neurophysiologic Technologist Scope of Care: Electro Neurophysiologic Technologist (as appropriate and within scope of practice/privileging) shall be responsible for providing NEUROPHYSIOLOGY care, including, but not limited to: Clinic and Surgical Care: Contractor Electro Neurophysiologic Technologist (s) shall provide clinical Neurophysiology services. Contractor Electro Neurophysiologic Technologist (s) shall be present on time for any scheduled surgeries as documented by physical presence in the operating room at the scheduled start time. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/36C25518Q0561/listing.html)
- Record
- SN05156506-F 20181122/181120230039 (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 |