|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 20,1999 PSA#2265Department of Veteran Affairs, VA Medical Center (593), 1700 Vegas
Drive, Las Vegas, NV 89106 Q -- NEUROLOGIST SERVICES SOL RFP593-P01-99 DUE 020499 POC Kathleen
Randall, Contracting Officer -FAX ONLY 702-636-4081 E-MAIL: Click here
to contact the Contracting Officer via, kathleen.randall@med.va.gov.
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared
in accordance with the format in Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED and a
WRITTEN SOLICITATION WILL NOT BE ISSUED. The final contract will be
for a Non-Personal, Professional Services, Requirements Type Contract
for Best Value -See Evaluation Factors. Solicitation is UNRESTRICTED.
SIC Code is 8099. 1 GENERAL: (a) The Contractor shall provide
NEUROLOGIST physician service Managed by the Contracting Officer's
Technical Representative (COTR). BASE PERIOD OF SERVICE IS ESTIMATED to
be : from April -- June 1999 under this contract, with Option to EXTEND
up to One Year. Work scheduled for MON -- FRI. ONE FTE. Serve primarily
at VA ACC. Consultation at MOFH during working hours may be needed.
There will be No inpatient or Emergency Room (ER) coverage required.
Work will consist of combination of non-procedure service and
procedures each week. Majority (est. ) of work should be non-procedure.
Regular Hourly Rate for either Without Procedures or With Procedures
each Offered as : $_______per hour separately. If the price offered is
not good for Base Period AND Option Year, then separate and identify
the prices. (Any Holidays, Sick Leave, Paid Days Off the employee is
entitled to is to be INVISIBLE to the VA . Payment is made ONLY FOR
WORK ACTUALLY PERFORMED. Timecard to be certified by VA COTR as being
correct for payment. COMPUTER USE IS MANDATORY in performing under this
contract. The Contractor shall arrange for pre-credentialed locum
tenens coverage when contract health care providers are unable to
provide services for one (1) or more consecutive scheduled shifts.
Also, shall notify the VA Chief of Medicine or designee, when any
absence will exceed two (2) hours. HEALTH CARE PROVIDERS
QUALIFICATIONS: Contract physicians providing the services of this
contract must be: Fully licensed to practice as Neurologist; Board
Certified or Eligible (by VA definition), in their field of practice in
the State of Nevada.; have experience in general neurology & ability to
interpret results of diagnostic tests -- such as EEGs, EMGs, Nerve
Conduction Studies, evoked potentials, CT, MRIs, myelograms, etc.;
Ability to perform clinical neurologic evaluations including diagnosis,
treatment, preop evaluations, etc.; Recognize & initiate appropriate
measures in neurologic emergencies, Assure content & correctness of
prepared reports & sign documents to validate contents; Be BLS
Certified; Must meet Credentialing & privileging requirements of VA.
The Contractor shall make all proposed contract health care providers
available for interview by the Government. MAY later in contract be
required to respond to call-in evenings at a rate negotiated at that
time. CREDENTIALING & PRIVILEGING: (a) The preprivileging and
privileging process shall be in accordance with all requirements in VA
Regulations; local VAMC Station Policy 00-04, and Credentialing &
Privileging (C&P) Section- Contact Ms Gagg @ 702-636-3000 x 3108 for
copy of package. PERSONNEL REQUIREMENTS / POLICIES & PROCEDURES:
Contract personnel shall read, understand, speak, and write English
fluently. The Contractor shall not employ any person who is an employee
of the United States Government if the employment of that person would
create a conflict of interest nor shall the Contractor employ any
person who's employment is a violation of Regulations. ORIENTATION: The
Contractor shall ensure that all contract health care providers
participate in VA required orientation procedures, THIS INCLUDES
COMPUTER TRAINING. All VA Policies, Procedures, applicable Regulations
and requirements pertaining to : Clothing, identification badges,
appearance, OSHA requirements, Health Requirements, Infection Control
Procedures, handling of Patient Information as Confidential, Release of
Medical Information,communication, Smoking Policies, Ethics Training,
Quality Management issues, etc will be provided by VA upon Contract
award. ALTERNATE SOURCES: (a) The Contractor shall notify the VAMC
Chief, Medicine Service at (702) 636-3040 when a absence will exceed
two (2) hours. RECORDS& DOCUMENTATION: The Contractor shall be
responsible for initiating or updating both manual and Computerized
records and either type of documentation will be used as required by
VA. Only Government approved abbreviations shall be used in the
patient's health care record. REFERRALS AND CONSULTS: Recommendations
for referrals or consultations shall be coordinated with the patient's
Primary Care Provider(PCP) at the VA, with the Transfer Coordinator or
the Utilization Review (UR) Nurse. The Contractor shall not directly
arrange patient referrals or consultations under any circumstance. *
ALL overtime must be requested by contractor and approved by VA
Contracting Officer, through the VA COTR, before it is worked.
**payment to be made monthly in arrears by certified invoice. This
solicitation document& incorporated provisions and clauses are those in
effect through Federal Acquisition Circular 97-09. Also, the full text
of any clause may be accessed electronically at these
addresses:{www.arnet.gov/far/ and www.va.gov/oa&mm/vaar/ } FAR & VAAR
Clauses -- * 52.212-4 Contract Terms and Conditions -- Commercial Items
applies to this acquisition with the following addenda: 52.217-8 Option
to Extend Services. ; 52.217-9 Option to Extend the Term of the
Contract. (a) The Government may extend the term of this contract by
written notice to the Contractor within [14 days of expiration ];
provided, that the Government shall give the Contractor a preliminary
written notice of its intent to extend at least 30 days before the
contract expires. The preliminary notice does not commit the Government
to an extension.(b) If the Government exercises this option, the
extended contract shall be considered to include this option
provision.(c) The total duration of this contract, including the
exercise of any options under this clause, shall not exceed [1 yr., 6
months].; 52.224-1 Privacy Act Notification. 52.247-27 Contract Not
Affected by Oral Agreement.; 52.216-21 Requirements; 852.219-70
Veteran-owned small business. ; 852.237-7 Indemnification and Medical
Liability Insurance (commercial standard or $1M/$3M) ; 52.211-11
Liquidated Damages -- Supplies, Services, or Research and Development.
(a) If the Contractor fails to deliver the supplies or perform the
services within the time specified in this contract, or any extension,
the Contractor shall, in place of actual damages, pay to the
Government as fixed, agreed, and liquidated damages, for each calendar
day of delay the sum of [actual cost per hour not performed (not
prorated), plus 10% for VA administrative cost] see clause; 52.215-19
Notification of Ownership Changes. ;52.215-18 Facsimile
Proposals;52.217-4 Evaluation of Options Exercised at Time of Contract
Award.; 52.215-2, Audit and Records -- Negotiation.; 52.217-5
Evaluation of Options; 52.232-19Availability of Funds for the Next
Fiscal Year.; 852.270-4 Commercial Advertising.; 852.233-70 Protest
Content;852.233-71 Alternate Protest Procedure; 852.270-1
Representatives of Contracting Officers. 852.271-70 Nondiscrimination
In Services Provided Beneficiaries. Also, clause 52.212-5 Contract
Terms and Conditions Required To Implement Statutes or Executive Orders
-- Commercial Items applies to this acquisition. The following FAR
clauses cited in the clause are applicable: (a) The Contractor agrees
to comply with the following FAR clauses, which are incorporated in
this contract by reference, to implement provisions of law or executive
orders applicable to acquisitions of commercial items:(1) 52.222-3,
Convict Labor (E.O. 11755); and (2) 52.233-3, Protest after Award (31
U.S.C 3553). (b) The Contractor agrees to comply with the FAR clauses
in this paragraph (b) which the contracting officer has indicated as
being incorporated in this contract by reference to implement
provisions of law or executive orders applicable to acquisitions of
commercial items or components: (1) 52.203-6, Restrictions on
Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g
and 10 U.S.C. 2402).; (3) 52.219-8, Utilization of Small, Small
Disadvantaged and Women-Owned Small Business Concerns (15 U.S.C. 637
(d)(2) and (3)). 52.219-23, Notice of Price Evaluation Adjustment for
Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102,
and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it
shall so indicate in its offer).; (9) 52.222-36, Affirmative Action
for Workers with Disabilities (29 U.S.C. 793).; (10) 52.222-37,
Employment Reports on Disabled Veterans and Veterans of the Vietnam Era
(38 U.S.C. 4212).; 52.222-43, Fair Labor Standards Act and Service
Contract Act -- Price Adjustment (Multiple Year and Option Contracts)
(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Notwithstanding the
requirements of the clauses in other paragraphs of this clause, the
Contractor is not required to include any FAR clause, other than those
listed below (and as may be required by an addenda to this paragraph
to establish the reasonableness of prices under Part 15), in a
subcontract for commercial items or commercial components -(1)
52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative
Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.
4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities
(29 U.S.C. 793) *Provisions of 52.212-1 Instructions to Offerors --
Commercial Items, applies to this acquisition. DUNS Number must be
provided at or before time of award. * Provision 52.212-2 Evaluation --
Commercial Items, applies : (a) The Government will award a contract
resulting from this solicitation to the responsible offeror whose offer
conforming to the solicitation will be most advantageous to the
Government, price and other factors considered. The following factors
shall be used to evaluate offers: #1 -- Technical = [ 1A)Quality of
Personnel Qualifications/ Ability/ Prior Experience 1B)Management
Capability. #2 -- Price. #3 -- Past History of Company. *Documentation
to allow full evaluation of Technical must be provided WITH offer
SEPARATELY from Price. Offer multiple candidates who are available to
perform as prime/alternate. Technical and past performance, when
combined, are significantly more important than price.(b) 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).(c) 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 offers specified expiration time, the
Government may accept an offer (or part of an offer), whether or not
there are negotiations after its receipt. Government may award to other
than lowest price offered. * Offerors are to include a completed copy
of the provision 52.212-3, Offeror Representations and Certifications
-- Commercial Items, with their offer. QUESTIONS/COMMENTS TO BE FAXED
ONLY to 702-636-4081 or E-MAIL Posted 01/15/99 (W-SN288633). (0015) Loren Data Corp. http://www.ld.com (SYN# 0049 19990120\Q-0002.SOL)
Q - Medical Services Index Page
|
|