SOLICITATION NOTICE
Q -- MO SLEEP STUDY SCORING SERVICES I 663 5-YR IDIQ I 09-01-2024 – 08-31-2029
- Notice Date
- 8/5/2024 10:16:19 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26024Q0808
- Response Due
- 8/16/2024 1:00:00 PM
- Archive Date
- 09/15/2024
- Point of Contact
- lalenia.maria@va.gov, Lalenia Maria, Phone: (253) 888-4908
- E-Mail Address
-
Lalenia.Maria@va.gov
(Lalenia.Maria@va.gov)
- Awardee
- null
- Description
- RFQ: 36C26024Q0808 Remote Level 1 Sleep Study Scoring Services Page 1 of Description 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. 2. This is a Request for Quotation (RFQ). The government anticipates awarding a firm-fixed price contract. The intended contract period is a five-year Indefinite Delivery Indefinite Quantity (IDIQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05, effective May 22, 2024. The RFQ number is 36C26024Q0808. 3. The North American Industrial Classification System (NAICS) code for this procurement is 621511, Medical Laboratories, and the small business size standard is $41.5 Million. The PSC is Q301. This procurement is issued unrestricted. 4. This procurement includes TIERED EVALUATIONS INCLUDING LARGE BUSINESS CONCERNS: This solicitation is being issued as tiered evaluation with the following tiers: (1) SDVOSB concerns, (2) VOSB concerns, (3) small business concerns with HUBZone small business concerns and 8(a) participants having priority; and (4) large business concerns. If award cannot be made, the solicitation will be cancelled, and the requirement resolicited. 5. MINIMUM AND MAXIMUM in accordance with FAR 16.504(a)(4)(ii): The guaranteed minimum contract quantity is 100 scored sleep studies. The maximum quantity shall not exceed 25,000 scored sleep studies. The Government does not guarantee that it will place any orders under this contract in excess of the guaranteed minimum award amount. 6. The Department of Veterans Affairs (VA), Network Contracting Office 20 (NCO 20), intends to solicit quotes for Remote Level 1 Sleep Study Scoring Services for VA Puget Sound Health Care System, Washington. A Performance Work Statement (PWS) will be included in the solicitation. Telephonic requests for the solicitation will not be honored. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirements below. The contract period of performance is for a (5) five-year IDIQ. Offers are to be provided to lalenia.maria@va.gov no later than 4 PM Eastern Time (16:00) Friday, August 16th, 2024. The deadline for all questions is 4 PM Eastern Time (16:00), Tuesday, August 13th, 2024. 7. The RFQ and Attachment documents are attached below. Please be sure to review Addendum to 52.212-1 Instructions to Offerors Commercial Items and VAAR 852.273-73 Evaluation Health-Care Resources for important quote information. All interested companies shall provide quotations for the following: ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1,500.00 EA _____________ _______________ REMOTE LEVEL 1 SLEEP STUDY SCORING Non personal services. The contractor shall provide Remote Level 1 Sleep Study Scoring Services, scoring polysomnogram data in Nihon Kohden and score in Somnoware, IAW the Performance Work Statement (PWS). Ordering Period: One POP Begin: 09-01-2024 POP End: 08-31-2025 1001 1,500.00 EA _____________ ______________ REMOTE LEVEL 1 SLEEP STUDY SCORING Non personal services. The contractor shall provide Remote Level 1 Sleep Study Scoring Services, scoring polysomnogram data in Nihon Kohden and score in Somnoware, IAW the Performance Work Statement (PWS). Ordering Period: Two POP Begin: 09-01-2025 POP End: 08-31-2026 2001 1,500.00 EA _____________ ______________ REMOTE LEVEL 1 SLEEP STUDY SCORING Non personal services. The contractor shall provide Remote Level 1 Sleep Study Scoring Services, scoring polysomnogram data in Nihon Kohden and score in Somnoware, IAW the Performance Work Statement (PWS). Ordering Period: Three POP Begin: 09-01-2026 POP End: 08-31-2027 3001 1,500.00 EA _____________ ______________ REMOTE LEVEL 1 SLEEP STUDY SCORING Non personal services. The contractor shall provide Remote Level 1 Sleep Study Scoring Services, scoring polysomnogram data in Nihon Kohden and score in Somnoware, IAW the Performance Work Statement (PWS). Ordering Period: Four POP Begin: 09-01-2027 POP End: 08-31-2028 4001 1,500.00 EA _____________ ______________ REMOTE LEVEL 1 SLEEP STUDY SCORING Non personal services. The contractor shall provide Remote Level 1 Sleep Study Scoring Services, scoring polysomnogram data in Nihon Kohden and score in Somnoware, IAW the Performance Work Statement (PWS). Ordering Period: Five POP Begin: 09-01-2028 POP End: 08-31-2029 GRAND TOTAL ______________ The following documents are attached: Attachment 1: Performance Work Statement (PWS) Attachment 2: Quality Assurance Surveillance Plan (QASP) Attachment 3: Key Personnel Listing with OIG Website Attachment 4: Past Performance References Attachment 5: Contractor Employee Legal Status Attachment 6: Organizational Conflict of Interest Statement The Period of Performance is five-years, 09-01-2024 08-31-2029, with annual ordering periods. Place of Performance: Remote in support of: Puget Sound Health Care System Sleep Medicine Department, Building 81, Rm 309 ATTN: Tim Lamb 9600 Veterans Drive Lakewood, WA 98493-5000 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 Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services Vendors take note: System for Award Management (SAM) www.sam.gov registration is required to be complete at time of submission of response. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far https://www.va.gov/oal/library/vaar/ The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services , to include its addenda: FAR 52.203-17 Contractor Employee Whistleblower Rights FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.204-13 System for Award Management Maintenance FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.242-17 Government Delay of Work FAR 52.216-18 Ordering FAR 52.216-19 Order Limitations FAR 52.216-22 Indefinite Quantity FAR 52.232-19 Availability of Funds for the Next Fiscal Year FAR 52.252-2 Clauses Incorporated by Reference VAAR 852.201-70 Contracting Officer s Representative VAAR 852.203-70 Commercial Advertising VAAR 852.204-70 Personal Identity Verification of Contractor Personnel VAAR 852.232-72 Electronic Submission of Payment Requests VAAR 852.237-70 Indemnification and Medical Liability Insurance ($1M per individual, $3M per occurrence) VAAR 852.242-71 Administrative Contracting Officer VAAR 852.273-73 Evaluation Health Care-Resources. VAAR 852.237-75 Key Personnel FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services The following subparagraphs of FAR 52.212-5 are applicable: 52.204 27 Prohibition on a ByteDance Covered Application 52.204 30 Federal Acquisition Supply Chain Security Act Orders Prohibition. 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222 36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223 18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.229 12 Tax on Certain Foreign Procurements 52.232-33 Payment by Electronic Funds Transfer System for Award Management 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 52.222-62 Paid Sick Leave Under Executive Order 13706 52.212-3 Offeror Representations and Certifications (Jan 2017) (Simulated Full Text) The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions--Commercial Items (Jan 2017) (Incorporated by reference) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Jan 217) (Simulated full text) 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) The following are the Instructions to Offerors for Preparation of Quotes: INSTRUCTION FOR THE PREPARATION OF QUOTES 52.212-1 Instructions to Offerors Commercial Items (Jan 2017) (Incorporated by reference) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS All quotes shall be legible and prepared in the following format to be properly evaluated. Submit quotes via email to lalenia.maria@va.gov. Offers shall be complete, self-sufficient, and respond directly to the requirement of this RFQ. Quote Format. Offeror shall submit quote in PDF or Microsoft Word, assembled as follows: Part I Administrative Part II Past Performance Part III Technical Capability Part IV Price Contents of Part I Administrative Provide Contractor contact information, UEI number, and Tax Identification Number. Acknowledgment of all Amendments that may be issued under this RFQ. Submit evidence of Medical Liability Insurance in accordance with VAAR 852.237-70. Submit signed copies of QASP, Contractor Employees Legal Status, and Organizational Conflict of Interest Statement for this RFQ. Offeror shall fill in and submit a completed Price Schedule located on pages 1 and 2 of this combined synopsis solicitation. Offeror agrees to hold quoted pricing firm for 180 days. Certify that key personnel have been compared to OIG list in accordance with Section 4. of PWS. Contents of Part II Past Performance Offeror shall submit with quote, a minimum of three (3) references, to include name of the medical facility, point of contact, and their email address for recent (within the past 5 years) Radiology/Oncology On-Site Physician Services provided by the Offeror. If the Offeror has no past performance information on this type of requirement, the Offeror shall specifically state that it has no such past performance. The Government will review available past performance data in the Government s Past Performance Information Retrieval System (PPIRS). The Government reserves the right to obtain past performance information from other sources. Malpractice claims will be analyzed. If applicable, submit copies of malpractice claims and disposition of each. If none, so state/certify in your submittal. Failure to provide requested documentation will disqualify offer from consideration. Contents of Part III Technical Capability Subfactor A: Access to the VA s Remote Polysomnogram Data. 1. Describe your company s ability to remotely access the VA s secured polysomnogram data using Somnoware as the hosting application and Nihon Kohden software, per PWS paragraph 2.1 2.2. 2. State whether your company has an established National level virtual private network (VPN) connection. 3. State whether your company has existing VA contracts/VA security clearance and whether your employees designated to score the studies have VA Tier 1 background check/clearance. 4. State how many days after contract award until your company would be able to begin remote Level 1 sleep study scoring. 5. State how many cases of Level 1 sleep study scoring your company performed in the last three (3) months, specifically stating how many were done remotely. Subfactor B: Certified Sleep Technicians. 1. Describe your company s ability to Hire/Retain Qualified Staff per PWS paragraphs 3.2.1, 7.1., and 7.2. 2. Describe your company s contingency plan/alternate plan should your company be unable to hire/retain qualified staff so that your company will still meet the VA s 2-day turnaround time, PWS paragraph 1.5. 3. Fill in and submit Attachment D.4 of certified sleep technicians designated as key personnel with their names, titles, functions, and certificates of the key personnel your company intends to utilize under this contract, per PWS Section 4. Subfactor C: Sample Scoring. 1. Provide a sample scoring report following a standard American Academy of Sleep Medicine scoring manual format Version 3 that includes: Hypnogram, EEG analysis, Limb movement analysis, Body position analysis, Respiratory tracing and event analysis, Oxygenation analysis, Positive airway pressure titration analysis, and an Electrocardiogram analysis. This should be scored in 30-s sequential epochs commencing from the beginning of the study and assign a stage to each epoch, per PWS paragraphs 2.3.1.4. Past Performance Evaluation Ratings Very Good Based on the offeror s performance record, the Government has a high expectation that the offeror will successfully perform the required effort, or the offeror s performance record is unknown. Satisfactory Based on the offeror s performance record, the Government has reasonable expectation that the offeror will be able to successfully perform the required effort. Marginal Based on the offeror s performance record, the Government has little expectation that the offeror will be able to successfully perform the required effort. Neutral / Unknown The offeror has no relevant past performance record. A thorough search was left unable to identify any past performance information. Technical Excellence Evaluation Ratings Each subfactor will be rated by the following scale. The subfactor ratings will then be assessed and the Technical Excellence factor will be given an overall rating from the same scale, based on the subfactor ratings. Exceptional The offeror has demonstrated an exceptional response to the factor or subfactor. The offeror has demonstrated a clear understanding of the requirement and the Government has high expectation of success in the area of this particular factor or subfactor. Very Good The offeror has demonstrated a very good response to the factor or subfactor. The offeror has demonstrated understanding of the requirement and the Government has high expectation of success in the area of this particular factor or subfactor. Satisfactory The offeror has demonstrated a satisfactory response to the factor or subfactor. The offeror has demonstrated understanding of the requirement and the Government has high expectation of success in the area of this particular factor or subfactor. Marginal The offeror has demonstrated a marginal response to the factor or subfactor. The offeror has demonstrated a lack of understanding of the requirement and the Government has low expectation of success in the area of this particular factor or subfactor. Unsatisfactory The offeror has demonstrated an unsatisfactory response to the factor or subfactor. The offeror has demonstrated no understanding of the requirement and the Government has no expectation of success in the area of this particular factor or subfactor. e. Evaluation Factor 3: Price. The Contracting Officer will conduct a price analysis to determine that quoted prices are fair and reasonable. *** End Inserted Clause '52.212-1 ADDENDUM to FAR 52.212-1 Instructions to Offerors Commercial Items' *** To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Point of Contact Lalenia Maria Lalenia.maria@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/834e965719ca4bbaa59dd6017f31c017/view)
- Place of Performance
- Address: Remote Services in support of: Puget Sound Health Care System Sleep Medicine Department, Building 81, Rm 309 9600 Veterans Drive, Lakewood 98493-5000, USA
- Zip Code: 98493-5000
- Country: USA
- Zip Code: 98493-5000
- Record
- SN07156222-F 20240807/240805230115 (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 |