Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 08, 2022 SAM #7587
SOURCES SOUGHT

L -- Orthotic and Prosthetic Device Fitter

Notice Date
9/6/2022 7:59:22 PM
 
Notice Type
Sources Sought
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24522Q1016
 
Response Due
9/13/2022 10:00:00 AM
 
Archive Date
11/12/2022
 
Point of Contact
Craig Armagost, Contracting Officer, Phone: 304-263-0811 ext 7601
 
E-Mail Address
craig.armagost@va.gov
(craig.armagost@va.gov)
 
Awardee
null
 
Description
SUBJECT: Orthotic and Prosthetic Device Fitter DISCLAIMER: This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offers will be considered in response to this Sources Sought. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the Sources Sought will not be returned. At this time, questions concerning the composition and requirements for a future Request for Quote will not be entertained. SUBJECT: The Department of Veterans Affairs is conducting market research in order to secure labor services to design, fabricate, fit, and maintain orthotic and prosthetic devices for Veterans residing in the service area of the Huntington VA Medical Center (VAMC) which is part of the Veterans Integrated Service Network 5 (VISN 5). The government anticipates awarding a Base and Four-year indefinite delivery/indefinite quantity (IDIQ) W/yearly orders contract that will provide the support services listed within the below attachment. OBJECTIVE: See attachment. RESPONSE INSTRUCTIONS: Name and Address of Company SDVOSB business designation as certified by the Small Business Administration A through description of experience in managing support requirements of this nature. CONTACT INFORMATION: Any questions related to this Sources Sought shall be directed to Craig Armagost at craig.armagost@va.gov. All information regarding Capabilities Statements or any other proprietary information relative to this Sources Sought shall be submitted via email to craig.armagost@va.gov no later than 13:00 am EST on 9/13/2022. STATEMENT OF WORK (SOW) The purpose of this contract is to secure labor services to design, fabricate, fit, and maintain orthotic and prosthetic devices for Veterans residing in the service area of the Huntington VA Medical Center (VAMC) which is part of the Veterans Integrated Service Network 5 (VISN 5). I SCHEDULE OF SERVICES AND STATEMENT OF NEED The Contractor shall provide credentialed/certified individuals in the following labor categories: Registered/Certified Fitter The cost of all certifications and training will be the responsibility of the contractor. The Huntington VAMC has an immediate need for a Registered/Certified Fitter. These positions are critical to Huntington VAMC operation and, as these needs are identified, the facility has a critical need to fill the vacancies on an emergent basis. Therefore, now potential offerors are asked to complete the price schedule for all positions so they can be evaluated for future use. Potential offerors need to submit candidate information for the Registered/Certified fitter at the time a proposal is submitted in response to this solicitation. II TASK DESCRIPTION 1. Independently applies knowledge of anatomy, physiology, kinesiology, and biomechanics. 2. Discusses cases with the patient's physician, other Orthotist/Prosthetist, or the Chief. Orthotic & Prosthetic Lab or designee for the purpose of developing prosthetic/orthotic devices, footwear, and other items requiring fabrication. 3. Shall comply with Quality Management, Joint Commission Standards, ABC/BOC Code of Ethics and Guidance. 4. Responsible for safely operating Government owned equipment and all tools in good and safe working order. 5. Tools and equipment are kept clean and in good working order. 6. Damaged or non-operational equipment will need to be reported to the Chief, O&P or responsible official. 7. Shall be familiar with the Material Safety Data Sheet (MSDS) and its use as a reference, as well as fire, safety, and evacuation procedures as they relate to the VA facility in which located. Training will be provided by local Contract Officer Representative. 8. Responsible for the operation and effective use of all O&P systems and equipment per industry standards. 9. The Prosthetic Chief will provide to the contractors on site project manager a list of the work to be accomplished. Performs assigned duties with a minimum of technical supervision. Works independently using judgment in applying the variety of methods and techniques devices for individual patients with different disabilities. 10. The preferred Technician shall possess a certificate from the American Board for Certification in Orthotics and Prosthetics (ABC) or Board for Certification/Accreditation, International (BOC). A Practitioner will possess an ABC or BOC Certification in Orthotics or Prosthetics, or both. 11. Works in an environment, which is dusty, noisy, lifts heavy objects, works with materials at a temperature of up to 500 degrees, stands for long periods of time, and works with chemicals and materials. 12. Contract staff shall work inside of a fully functional O&P Service and are aware of all occupational hazards associated with their position. 13. Able to function in a multi-disciplinary setting. 14. Work performed shall ensure the proper, legal, and cost-effective use of government funds and the accurate accounting of prosthetic monies. 15. Supervision of Contractor s employees remains with the Contractor. Huntington VAMC supervisory personnel shall communicate with the Contractor regularly about contract employee performance. The Contractor shall be responsible to take corrective actions in the event such action is deemed necessary. Further, Contractor shall be responsible for all employee reviews however the Contractor may consult with the Huntington VAMC supervisory personnel prior to completing employee performance reviews to ensure the contract employee is performing satisfactorily in accordance with the contract. Huntington VAMC supervisory personnel shall cooperate with Contractor and provide any requested i information regarding contract employee performance. 16. Other essential duties identified by the Prosthetic Chief will be completed by the fitter. III EXPERIENCE/QUALIFICATIONS Contractor shall ensure that all candidates shall meet the following experience and qualifications requirements: 1. Registered/Certified Fitter shall be Certified with the American Board for Certification in Orthotics and Prosthetics (ABC) or Board for Certification/ Accreditation, International (BOC), or both. Further, the Fitter shall have completed an ABC/BOC approved training/educational program and shall include a certificate of completion of this course with his/her resume. IV. DELIVERABLES Services shall be requested and controlled by means of work requests and/or consults received which will delineate specific objectives, deliverables, and constraints. The Contractor shall be responsible for delivering all end items specified in the work requests as well as the work control documentation to VA. Work control documentation to be used in this task includes OWL's, Appointment Management, Encounters, work requests, job requests, work definition forms, work completion forms, and monthly status reports. V. CRITERIA FOR ACCEPTANCE The VA will review the contractor deliverables in accordance with all specifications stated in the work requests/consults. Only Prosthetics and P M & R has the authority to inspect and reject deliverables. The acceptance of deliverables and satisfactory work performance required herein shall be based on the timeliness and accuracy of the products requested by the local facility. Deliverables will be itemized and explained in individual work requests/consults. VI. SCHEDULE AND DELIVERY INSTRUCTIONS The specific deliverables and schedule for delivery shall be as agreed upon and documented in detailed work requests. VA reserves the right to prioritize work requests and negotiate any delivery dates. VII. REPORTS 1. The Contractor shall provide a monthly summary report and monthly narrative report co-developed with the VA which includes the following: 1.1 Patient Satisfaction Reports -25% of all orthotic and prosthetic patients shall be randomly surveyed for patient satisfaction. Production Reports: (a) production reports for HCPCS (L codes and A codes); and (b) total number of patients seen per practitioner/month. 1.2 The monthly summary report shall include labor charges for actual hours worked and other direct costs which may be authorized in the task (i.e., travel. etc.). Charges shall not exceed the authorized cost limits for labor and other direct costs. The Government will not pay unauthorized charges. Original receipts completed in accordance with Government travel regulations shall be maintained by the contractor to support charges other than labor hours and made available to Government auditors upon request. 2. The Task Summary Report shall include the following: 2.1 Total labor hours for each skill level (SL). 2.2 Specify each contractor's name and labor hours and SL for each. 2.3 Other direct costs (ODC's). ODCs must be individually itemized and specific by each individual category, i.e., travel and per diem, training, security check fees, commodities, etc. 2.4 Travel charges must include the traveler's name and dates of travel. 2.5 Total ODC's charges (G&A included) 2.6 Accumulative totals (Labor, ODC's, surcharge, HCPCS, etc.) 3. Site specific/individual reports shall be generated from the first calendar day of each month to the last calendar day of each month. (i.e., January 1st through January 31st etc.) 4. The Task Summary Report is due by the 2nd business day of each month. Reports shall be forwarded to each local COR in addition to the VISN 9 COR. 5. Invoices shall be forwarded to the local COR at each facility by the 5th workday of month. VIII. Performance Criteria 1. Places of Performance (including catchment areas of each facility) 1.1 Prosthetics O&P lab. 1.2 VA Huntington Emergency Rooms 1.3 VA Huntington Inpatient Rooms 2. Hours of Work 2.1 The following terms have the following meanings: 2.1.1.1 Full time equivalent (FTE) is defined by VA as a minimum of 80 hours every 2 weeks and does not include holidays. 2.1.1.2 Normal Clinical Hours: Contract staff shall be available and present in the clinic during normal treatment hours 8:00am to 4:30pm Monday through Friday. Hours may be determined by the local organization in consultation with the COR and the Contractor at each local VA facility. The Government reserves the right to request adjustments to the coverage period due to unforeseen needs. Compressed schedules are not authorized. 2.1.1.3 Federal Holidays: The following holidays are observed by the Department of Veterans Affairs: New Year s Day President s Day Martin Luther King s Birthday Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Christmas Any day specifically declared by the President of the United States to be a national holiday.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/205f96e39e5a4dfaa36807441722abfb/view)
 
Place of Performance
Address: Hershel ""Woody"" Williams VA Medical Center 1540 Spring Valley Dr., Huntington, WV 25704, USA
Zip Code: 25704
Country: USA
 
Record
SN06454465-F 20220908/220906230121 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.