Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2003 FBO #0569
SOLICITATION NOTICE

Q -- Full-Time Physical Therapist

Notice Date
6/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Acquisition & = Materiel Management Service, (001C), 5600 W. Dickman Road, Battle Creek, Mi= chigan 49015
 
ZIP Code
49015
 
Solicitation Number
515-21-03
 
Response Due
7/11/2003
 
Archive Date
8/10/2003
 
Point of Contact
Point of Contact - Katherine S. Young, Contracting Officer, (269) = 660-3076, Contracting Officer - Katherine S. Young, Contracting Officer, (2= 69) 660-3076
 
E-Mail Address
Email your questions to Katherine S. Young
(katherine.young@med.va.gov)
 
Description
This is a combined synopsis/solicitation for commercial services 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-14. This procurement is a total small business set-aside. The North American Industry Classification System Code is 621340, Offices of Physical, Occupational and Speech Therapists and Audiologists. The small business size standard is $6.0 million average annual receipts for the past three years. Offerors are encouraged to submit quotes based one full-time FTE physical therapist to work on-site at the VA Medical Center, Battle Creek, Michigan. C.1.1.=20 Definition of FTEE: A full-time equivalent (FTEE) is defined as a contractor's employee working eight (8) hours per day, five (5) days per week. A contractor's employee shall be present at the VA Medical Center, and shall actually be performing the required services for the period specified in the contract, or the contract cost will be decreased accordingly during each billing cycle. Payments for any leave, including sick leave or vacation time, are the responsibility of the contractor. C.1.2. It is the Contractor's responsibility to furnish one (1) Registered Physical Therapist eight (8) hours per day, five (5) days per week, as indicated in herein. In the event the regularly scheduled employee is not available, the Contractor shall schedule another Registered Physical Therapist to replace him/her.=20 Replacement therapist shall be approved in advance prior to scheduling. C.1.3. In the event funding becomes available and all other efforts to recruit have failed, the government may request the contractor to provide additional registered physical therapists under this contract.=20 Additional contract employees provided, shall be at the same hourly rate negotiated in the pricing schedule, at the time of award, for the initial full-time FTEE equivalent and shall be subject to all the terms and conditions set forth in this document. Additional contract employees may be requested for part-time or full-time FTEE equivalent positions.C.2. Duties: C.2.1. Examine, evaluate and treat patients with varied medical and psychiatric diagnosis, and document their findings in patients' medical records. C.2.2. Provide direction for physical therapy assistants, assigning patients for treatment, overseeing treatment performed by assistants, and documenting their proficiency. C.2.3. In the event the contract physical therapist is unfamiliar with any treatment to be provided, he/she shall be responsible to inform the Chief, Physical Medicine and Rehabilitation Service (PM&RS) and/or her designee and seek out the necessary information to perform the treatment correctly. C.2.4. Maintain records and data according to the VA Medical Center and PM&RS rules and regulations. C.2.5. VA Medical Center contact person and telephone number: Chief, PM&RS and/or his/her designee at (616) 966-5600, extension 5800. C.3 Competency Assessments: Competency Assessments and annual reviews are required for VA JCAHO Accreditation and shall be maintained on site for all contractor personnel. C.3.1. Offerors shall submit a copy of the offerors competency assessment standards, a current competency assessment checklist and the most recent competency assessment review for each employee proposed to work under this contract. C.3.2. The contractor shall submit a copy of each contract employee=92s annual competency assessment review to the contracting officer a minimum of four months prior to execution of an option period. The contractor shall submit a detailed improvement plan designed to improve the contract employees competency assessment rating for employees failing to meet or exceed the contractor=92s approved competency standards. The contractor=92s improvement plan shall be submitted within 15 calendar days of the contractor=92s competency assessment review and approved by VA=92s Medical Staff. The contractor shall reassess the employees competence to perform and monitor improvement plan progress to ensure the contract employee maintains the competency level required by this contract. The contractor shall be required to replace any employee who does not meet or exceed the contractors approved competency standards and/or fails to meet or exceed those competency standards under an approved improvement plan. C.4. Training and Orientation: Specific training and orientations are required by JCAHO Standards and shall be performed and documented for all contractor personnel. All individuals working on site under this contract shall be required to participate in all VA training, including but not limited to, New Employee Orientation, Fire, Safety, Blood Borne Pathogens, Patient rights, and Informed consent. The contractor may, using VA provided materials, provide the required training and orientation. The contractor shall submit documentation that such training and orientation have been provided to each contract employee to the Chief, Radiology Service. C.5. Contract Performance: The Contractor shall provide all services covered under this contract to the satisfaction of the Chief, Physical Medicine and Rehabilitation Service. The government reserves the right to reduce the total cost for the period affected by nonperformance/noncompliance. Decreases shall be computed at the hourly rate outlined in the pricing schedule. C.6.2. The services specified shall be furnished to the VA by the contractor when requested by means of an individual written request which has been authorized by and will be performed under the direction of the Chief, Physical Medicine and Rehabilitation Service, Department of Veterans Affairs Medical Center, Battle Creek, Michigan or her designee. C.6.3. Other necessary personnel for the operation of the service contracted for at the VA will be provided by the VA at levels mutually agreed upon which are compatible for the safety of the patient and personnel and with quality medical care programming. C.6.4. The patient population to be treated will be veterans with a variety of neurological, orthopedic and/or psychological disorders. C.13. Term of the Contract: This contract will be effective from August 1, 2003, through July 31, 2004, with four pre-priced option years. Option years are subject to award as determined by the Government. The contract is subject to the availability of appropriated funds. No service shall be performed by the contractor after 9/30/03 or 9/30 of any subsequently exercised option year, until the Contracting Officer authorizes such services in writing. C.8. Qualifications: Personnel assigned by the contractor to perform the services covered by this contract shall be registered physical therapists in accordance with the Physical Therapist Qualification Standard, MP-5, Part II, Chapter 2, Change 1, Appendix L. The qualifications of such personnel shall also be subject to review, including reference checking, and primary source verification prior to the placement of the physical therapist, by the Department of Veterans Affairs, Chief of Staff and approved by the=20 Medical Center Director. Individuals proposed to work under this contract shall be fully qualified for General Scope of Practice in Physical Therapy accordance with VA Guidelines. The contract PT shall submit to and the contractor will be responsible for the cost of a background security investigation. The provision at 52.212-1, Instructions to Offerors =96 Commercial (OCT 2000), applies to this acquisition. The provision at 52.212-2, Evaluation - Commercial Items (JAN 1999), applies to this procurement. Offerors are required to submit the following documentation with proposals: The provision at 52.212-2, Evaluation - Commercial Items (JAN 1999), applies to this procurement. E.1. Minimum Requirements: At a minimum the individuals proposed to work under this contract shall meet the following requirements: E.1.1 Individuals proposed to work under this contract shall have completed a baccalaureate degree in physical therapy or an equivalent certificate in physical therapy from an accredited college or university and completion of a physical therapy clinical practice program. E.1.2. Possess a current, full, active and unrestricted license to practice physical therapy in a State, Territory or Commonwealth of the United States, or in the District of Columbia. E.1.3. The equivalent of one year active professional practice. E.1.4. Foreign Graduates: E.1.5. Proficient in spoken and written English. Note: Offerors shall submit evidence of meeting all the minimum requirements set forth above with initial proposals. Failure to submit such evidence may result in elimination from further consideration. E.2. Qualifications Of Individuals Proposed: Offeror's shall submit years of experience of individuals proposed to work under this contract. Experience shall be evaluated in the following specialties: E.2.1. Years of practice in Acute ortho, Chronic ortho, Acute rehab, and Long term rehab. E.2.2. Years of active professional practice, E.2.3. Experience working with orthotics/prosthetics, E.2.4. =20 Experience evaluating equipment needs: E.3 Past Performance - Professional/Business Experience: Offerors shall submit the names, addresses and phone numbers of individuals with direct knowledge of the offeror's performance history in the professional aspects of the contracts held with other government agencies and/or private industry.=20 The offeror's references shall be for work of similar complexity and magnitude as the proposed contract herein. The following sub-factors shall be evaluated in descending order of importance based on information provided by the references provided. (5 points possible each reference, a maximum of 5 references, for 25 possible points this sub-factor) Companies will little or no past performance must be given a neutral rating =3D =930=94 Past Performance will be rated as: Unacceptab= le =931=94, Poor Performance =932=94, Satisfactory Performance =933=94, Highly Satisfactory Performance =934=94, and Excellent Performance =935=94E.4. Pr= ice Evaluation: The lowest priced offered in the competitive range will receive maximum consideration. All other offers will receive a percentage of the maximum consideration, based on the proportional difference between their offer and the lowest priced offer in the competitive range, using the following formula: Offeror=92s price will be divided into the lowest priced offer. The dividend will be multiplied by the assigned weight factor to determine the offerors pricing score. Past Performance and Competencies are significantly more important than Price. Offerors are required to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items ALT III (OCT 2000), with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (AUG 2000), applies to this acquisition with the following clauses added as addenda to the clause: 52.204-4 Printing/Copying Double Sided on Recycled Paper (JUN 1996), 52.217-8 Option to Extend Services (APR 1989), 52.217-9 Option to Extend the Term of the Contract (Mar 2000). 52.232-18 Availability of Funds (APR 1984) 52.232-19 Availability of Funds for the Next Fiscal Year. (APR 1984) 52.224-1 Privacy Act Notification (APR 1984), 52.224-2 Privacy Act (APR 1984), 52.245-2 Government Property (Fixed Price Contracts) (Property > 100T) DEC 1989 852.270-4 Commercial Advertising (NOV 1984), 852.237-70 Contractors Responsibilities (APR 1984), 852.270-1 Representatives of Contracting Officers (APR 1984), 852.237-7 Indemnification and Medical Liability Insurance (OCT 1996). 852.271-70=20 Nondiscrimination in Services Provided Beneficiaries APR 1984. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (April, 2003), applies to this acquisition and the additional FAR clauses cited in the clause are: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)).52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (31 U.S.C. 3332). Offers are due no later than 4:00 p.m., local time, July 11, 2003. No solicitation document will be issued. Questions may be submitted to the contracting officer via e-mail, by facsimile at (269) 660-6069, or by telephone at (269) 660-3076. See Note 1.
 
Web Link
RFQ 515-21-03
(http://www.bos.oamm.va.gov/solicitation?number=3D515-21-03)
 
Record
SN00351801-W 20030621/030620004227 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.