COMMERCE BUSINESS DAILY ISSUE OF JULY 12, 2001 PSA #2891
SOLICITATIONS
Q -- UROLOGIST
- Notice Date
- July 10, 2001
- Contracting Office
- Department of Veterans Affairs, VA Medical Center, 2300 Ramsey Street, Fayetteville, NC 28301
- ZIP Code
- 28301
- Solicitation Number
- RFQ 565-16-01
- Response Due
- July 13, 2001
- Point of Contact
- Janet A. Hudson (910) 822-7048
- E-Mail Address
- e-mail contracting officer at (janet.hudson@med.va.gov)
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 and Far Part 13 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 solicitation is being issued as Request for Quote #565-16-01. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The NAICS Code is 561320. The VA Medical Center, Fayetteville, N.C. has an urgent need for services of a board certified/board eligible urologist and intends to solicit quotes and award a firm fixed price contract under the authority of Title 38 USC Section 8153, pending availability of funds. Contract period will be established from date of award for the period through October 31, 2001 with option to extend. Estimated start date as soon as possible contingent upon credentialing of candidate. A minimum of 45 days if required for credentialing process. 2. PRICING SCHEDULE Coverage Rate: All-inclusive daily rate covering all fees, professional liability insurance, any housing and transportation costs involved. Provide cost per hour for regular tour of duty (8 a.m. 4:30 p.m.) On-call beeper rate, Overtime rate per hour 3. WORK STATEMENT -- Urology. The locum tenens Urologist will see patients in consultation in the clinic approximately 24 hours per week. Inpatient consultations and hospitalized patient care will be performed as required. Urologic procedures such as prostate biopsies and cystoscopies are scheduled for 8 hours on Tuesday. There is additional scheduled operating room time available on Monday if required, and emergency procedures can be performed at any time. On call for Urologic emergencies is 24/7. General and orthopedic surgeons are on first call; the urologist is a backup to the first call surgeons. a. Personnel assigned by the Contractor to perform the services covered by this contract shall be licensed in a State, Territory, or Commonwealth of the United States or the District of Columbia. Qualified personnel must be American citizens (or offer evidence of a green card) and be proficient in the English language. The qualifications of such personnel shall also be subject to review by the VA Medical Center, Chief of Staff and approval by the VA Director. b. Personnel performing these services shall be board certified/board eligible in Urology and must meet the credentialing/privileging requirements of the VA Medical Center, Fayetteville, N.C. before commencing work. Physician must be ACLS certified. The licensee must have an active, current, full and unrestricted license to practice the individual's profession. Applicants must provide evidence of at least one full, active, current and unrestricted licensure, registration, certification, and/or other relevant credentials, for verification prior to appointment and throughout the employment process, as requested. They must agree to accept the professional obligations delineated in the Medical Staff Bylaws, Rules and Regulations provided to them. They are responsible for keeping the Department of Veterans Affairs apprised of anything that would adversely affect or otherwise limit their clinical privileges. Note: Failure to keep VA fully informed on these matters may result in administrative or disciplinary action. Each applicant possessing a DEA certificate will document on the appropriate VA employment form, information about the current or most recent DEA certificate. Any applicant whose DEA certification (Federal and/or State) has ever been revoked, suspended, limited, restricted in any way, or voluntarily or involuntarily relinquished, or not renewed, will be required to furnish a written explanation at the time of filing the employment application and at the time of reappraisal. Work hours: a. The following information is provided as general information. The work hours stated in the work statement shall be furnished by the contractor under the terms of the contract.(1) Basic Workweek: The normal tour of duty within the 40 hour basic workweek consists of five 8 hour days, Monday through Friday, 8:00 a.m. until 4:30 p.m. daily. This includes a 30 minute lunch period. Contractor will not be reimbursed for 30 minute lunch period. 2) National Holiday: The ten holidays observed by the Federal Government, i.e. New Year's Day, Martin Luther King's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving, and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. (3) Nonworking hours (normal on-call hours) Monday through Friday, 4:30 p.m. to 8:00 a.m. and all Saturdays and Sundays.(4) Emergency On-Call Hours: 12:00 Midnight Sunday through 12:00 Midnight the following Sunday. The contractor shall be responsible for protecting the personnel furnishing services under this contract. To carry out this responsibility, the contractor shall provide the following for their personnel: worker's compensation, professional liability insurance, health examinations, income tax withholding and social security payments. The parties agree that such personnel shall not be considered a VA employee for any purpose and shall be considered employees of the contractor. Payment will be made in arrears upon receipt of properly prepared invoice in accordance with the Prompt Payment Act. Payment will be made only for actual services rendered. Invoices are to be submitted to: Accounting Office (04)VA Medical Center, 2300 Ramsey Street, Fayetteville, NC 28301 .The contracting officer is the only person authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue changes, which will affect price, quantity, or quality of performance of this contract. In the event the contractor effects any such change at the direction of any person other than the contracting officer, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. The following provisions apply to this solicitation: 52.212-1, Instructions to Offerors-Commercial, 52.212-4, Contract Terms and Conditions-Commercial and addendum 52.237-3 Continuity of Services, 852,237-7 Indemnification and Medical Liability Insurance, 52.217-5, Evaluation of Options, 52.217-8 Option to Extend Services, 52.217-9, Option to Extend the Term of the Contract, 52.224-1, Privacy Act Notification, 852.270-4 Commercial Advertising, 852.271-70, Services provided beneficiaries, 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial, including clauses incorporated by reference under Section b (1)(5)(11-16)(23-24); Offers are to submit pricing and technical information. Process of determining contract award: award preference will be as follows: 1) award to the lowest-priced responsive, responsible bidder who offers a Board certified candidate; 2) if no qualified contractor offers a Board Certified candidate, then award to the lowest-priced responsive, responsible bidder who offers a Board Eligible candidate. As part of the pre-award Contractor Responsibility determination and during the performance of the contract for the purpose of on-going Contractor competency evaluation, the VA will perform or require for evaluation from the Offeror/Contractor one or more of the following: a. Submission of information to allow evaluation of their qualifications and past performance. This information should be specific, concise, and complete and provide sufficient information to demonstrate the offeror's capacity to meet or exceed the requirements of the contract. c. Submission of evidence of experience and achievements in work similar to that required by the contract. D. Board certification or licensure that meets or exceeds standards relative to the industry being contracted. Offeror will provide the following information along with offer for each candidate they are recommending: personnel qualifications to include evidence of current licensure and credentials/privileges and current CV of candidate, most recent facility where privileges are/were held, copy of ACLS and BCLS, peer reference with current phone numbers, indemnification and Medical Liability Insurance certificate. The information required in provisions 52.212-1, 52.212-2, a completed copy of provisions 52.212-3, Offeror Representations and Certifications, Commercial Items, 852.219-70, Veteran Owned Small Business certification must be submitted with offer. Quotes including price and technical must be received by COB July 13, 2001. Quotes shall be submitted to the address listed herein or faxed to (910) 822-7900 and directed to the attention of Janet Hudson. Offerors desiring to obtain copies of the reference provisions shall send facsimile request to (910) 822-7900. Solicitation Number RFQ 565-16-01 shall be listed on the outside of responses for identification purposes.
- Record
- Loren Data Corp. 20010712/QSOL011.HTM (W-191 SN50R3I1)
| Q - Medical Services Index
|
Issue Index |
Created on July 10, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|