Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2003 FBO #0609
SOLICITATION NOTICE

Q -- Gastroenterologist Services

Notice Date
7/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Contracting Of= ficer, (90C), 1970 Roanoke Boulevard, Salem, Virginia 24153-5483
 
ZIP Code
24153-5483
 
Solicitation Number
246-03-00438
 
Response Due
8/29/2003
 
Archive Date
9/28/2003
 
Point of Contact
Point of Contact - Kathy Allen, Contract Specialist, (540) 224-191= 1, Contracting Officer - Kathy Allen, Contract Specialist, (540) 224-1911
 
E-Mail Address
Email your questions to Kathy Allen
(kathy.allen6@med.va.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepare= d in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This procurement is conducted under simplified acquisition procedures in accordance with FAR Part 13. This announcement constitutes a formal Request for Proposals (RFP) and a written solicitation WILL NOT be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-15. RFP 246-03-00438 should be referenced on all bids. The applicable NAICS code is 621111 with a size standard of $8.5 million. The VA Medical Center, 1970 Roanoke Blvd., Salem, Virginia 24153 has a requirement for one (1) Gastroenterologist. This procurement is to obtain the services of a Physician, Board Certified in Gastroenterology (may be Board Eligible Physician if within four (4) years of completion of postgraduate residency or fellowship), or Internal Medicine Physician trained as a Gastroenterology Specialist to provide administrative and clinical services at the Salem VAMC Monday through Friday, during the hours 7:45 a.m. to 4:30 p.m., excluding Federal Holidays, for the period September 8, 2003 up to and including September 9, 2004 (one (1) year from date of award) for the Medical Care Service Line. Services to be provided include: Perform gastro-intestinal endoscopic procedures daily in the Endoscopy Suite; responsible for the dictation of procedure notes; provide gastroenterology on-call coverage as required, approximately one (1) weekend per month, and approximately four (4) weekdays per month; diagnose and treat within the scope of gastroenterology; procedures include the following: colonoscopy; conscious sedation; endoscopic control of bleeding; esophageal dilation =96 endoscopic pneumatic dilators, malloney dilators; esophageal varicus band ligation; esophageal varicus injection ligation; esophago-gastroduodenscopy with biopsy; heaer probe coagulation; liver biopsy; percutaneous endoscopic gastrotomy; proctoscopy; sigmoid-flexible. Contractor shall provide documentation of the following with their proposal: 1) A current, unencumbered license in a State, Territory or Commonwealth of the United States or the District of Columbia; 2) Current Curriculum Vitae, copies of Certifications(s), License(s), documentation of experience, and documentation of education and training; and 3) BLS Certification. BLS shall be Basic Life Support for Healthcare Providers as provided by the American Heart Association or equivalent. Contract rate is all-inclusive of incidental costs including housing, transportation and premium payments for applicable malpractice insurance coverage for required services for the contract period. Contractor=92s employee(s) shall be fully Credentialed and Privileged by the Credentialing Board of the Salem VAMC prior to performing any work under this contract. All Contractor employees who require access to the Department of Veterans Affairs=92 computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. The Contractor shall bear the expense of obtaining background investigations (estimated cost for a Low Risk Level background investigation is $200). The Contractor shall furnish to the Contracting Officer with their proposal a Certificate of Insurance which shall contain an endorsement to the effect that cancellation of, or any material change in the policies which adversely affect the interests of the Government in such insurance shall not be effective unless a 30-day written notice of cancellation or change is furnished to the Contracting Officer. =20 Provisions and clauses found at 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications =96Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this RFP. The following FAR and VAAR clauses and provisions are added by addendum: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.212-2 Evaluation =96 Commercial Items; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.224-1 Privacy Act Notification; 52.224-2 Privacy Act; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-18 Availability of Funds; 52.232-19 Availability of Funds for the Next Fiscal Year; 52.232-34 Payment by electronic Funds Transfer-Other than Central Contractor; 52.233-2 Service of Protest; 52.233-3 Protest After Award; 852.233-70 Protest Content; 852.233-71 Alternate Protest Procedures; 852.237-7 Indemnification and Medical Liability Insurance; 852.237-70 Contractor Responsibilities; 852.270-1 Representatives of Contracting Officers; 852.270-4 Commercial Advertising; 852.271-70 Nondiscrimination in Services Provided Beneficiaries. Contracting with Parties Listed on the OIG List of Excluded Individuals/Entities: In accordance with the Health Insurance Portability and Accountability Act and the Balanced Budget Act of 1977, the Office of Inspector General has established a list of parties and entities excluded from Federal Health Care programs. Specifically, the listed parties and entities may not receive Federal Health Care program payments due to fraud and/or abuse of the Medicare and Medicaid programs. Therefore, all offerors shall review the OIG List of Excluded Individuals/Entities on the OIG web site at www.hhs.gov/oig to ensure that the proposed candidate(s) and/or firm(s) are not listed.=20 Offerors should note that any excluded individual or entity that submits a claim for reimbursement to a Federal health care program, or causes such a claim to be submitted, may be subject to a Civil Monetary Penalty (CMP) of $10,000 for ach item or service furnished during a period that the person or entity was excluded and may also be subject to treble damages for the amount claimed for each item or service.=20 CMP=92s may also be imposed against health care providers and entities that employ or enter into contracts with excluded individuals or entities to provide items or services to Federal program beneficiaries. JCAHO Compliance: The Contractor shall perform required services in accordance with the standards of the Joint Commission on the Accreditation of Healthcare Organization; established principles and ethics of the medical profession established by the AMA and ACEP. The Contractor shall adhere to Veterans Health Administration regulations and the policies, procedures, and regulations of the Medical Staff bylaws of the VAMC Salem. Infection Control Requirements: Health Tests =96 Contractor shall submit proof of the following with their proposal. Tests shall be current within the past year. Tuberculosis Testing; Contractor shall provide training or a self-study training module to its personnel; provide Hepatitis B vaccination series at no cost to its personnel who elect to receive it; maintain and distribute an exposure determination and control plan to its personnel; maintain required records; and ensure that proper follow-up evaluation is provided following an exposure incident. Recordkeeping: The VAMC Salem shall establish and maintain a recordkeeping system that will record the services performed by the Contractor=92s employee(s). The Contractor shall be responsible to provide the following to its employee(s): Workers=92 Compensation Insurance; Professional Liability Insurance; Health Examinations; Income Tax Withholding; Social Security Payments. Computerized Patient Medical Record System (CPRS): The Contractor=92s employees shall document all patient services in an accurate, complete, and timely manner, including all associated workload capture/billing related components. The record consists of a paper legacy system, with new records being entered into the CPRS. =20 CPRS includes features for order entry, progress notes, consults and discharge summaries. The electronic medical record must be maintained in a timely fashion by the Contractor=92s employees (upon written entry; upon direct entry to CPRS; or upon receipt of a Veterans Health Information Systems and Technology Architecture View Alert that a transcribed document is available for review and signature). A minimum of two (2) hrs. of CPRS training shall be provided by the VAMC, which shall be completed prior to commencement of patient care.=20 Contractor shall provide at no charge to the Salem VAMC four (4) hour Orientation time. Payment: Sums due the Contractor shall be paid monthly in arrears. Billings rendered by the Contractor for services furnished a VAMC beneficiary shall be billings in full. Neither the beneficiary, his insurer, nor any third party, shall be billed.=20 Payment address is Chief, Resources Support Service (04A), VAMC, 1970 Roanoke Blvd., Salem, VA 24153. All CPRS input shall be completed by the Contractor=92s employee(s) prior to leaving the VAMC Salem. If the Contractor=92s employee(s) fail to complete CPRS requirements and the Contractor does not remedy this deficiency, final payment shall not be made. Contracting Officer: Kathy L. Allen; telephone number is (540) 224-1911; FAX number is (540) 983-1065. All responsive, responsible sources who submit a proposal that is received by 12:00 noon EST, August 29, 2003, will be considered by the Government. Bids shall contain the completed clauses FAR 52.212-3 Offeror Representations and Certifications-Commercial Items.
 
Web Link
RFP 246-03-00438
(http://www.bos.oamm.va.gov/solicitation?number=3D246-03-00438)
 
Record
SN00385760-W 20030731/030729213507 (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.