Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2004 FBO #0884
SOLICITATION NOTICE

Q -- Q--Psychistry Services-Tomah & LaCrosse

Notice Date
4/26/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Great Lakes Health Care System, Great Lakes Acquisition Center, 5000 West National Avenue, Bldg. No. 5, Milwaukee, Wisconsin 53295-0005
 
ZIP Code
53295-0005
 
Solicitation Number
69D-289-04
 
Response Due
5/7/2004
 
Archive Date
6/6/2004
 
Point of Contact
Point of Contact - Becky L. Cushing, Contract Specialist, Ph: (414) 902-5410, Fx:(414) 902-5420, Contracting Officer - Becky L. Cushing, Contract Specialist, Ph:(414) 902-5410, Fx:(414) 902-5420
 
E-Mail Address
Email your questions to Becky L. Cushing
(becky.cushing@med.va.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION. The GLAC (Great Lakes Acquisition Center) intends to negotiate a firm fixed price contract to provide Psychiatry Services (Locum Tenens) for the VAMC, Tomah, WI. Request for Quotation (RFQ) 69D-289-04 entitled "Psychiatry Services" is hereby issued for commercial items as full and open competition and is prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, Part 13, Simplified Acquisition Procedures, and as supplemented with additional information included in this notice. This announcement incorporates provisions and clauses in effect through FAR FAC 2001-22 and VAAR 97-10. NAICS Code 621112 applies for this procurement and the small business size standard is $8.5 million. This combined announcement and solicitation constitutes the only bid document that will be issued. A separate written solicitation document will not be issued. Contractor's proposals (cost and technical) are herein requested. A response to the requirements listed below shall be submitted on contractor's letterhead or formal quotation form and must address all requirements listed in a separate technical proposal. Contractor's price and technical proposal must contain the name; title and signature of person authorized to submit proposals/bids on behalf of the contractor. VAMC, Tomah has determined a requirement for one (1) Psychiatrist. The VA reserves the right to select Psychiatrists from different contractors resulting in multiple awards. WORK SITES & HOURS: VAMC, Tomah, Wisconsin and Community Based Outpatient Clinic (CBOC), La Crosse, WI (approx. 45 minutes driving time between them). The dates of the assignment are May 24, 2004 through July 30, 2004, with the possibility of one (1) two (2) month extension. The assignment will consist of a 40 hour work week, which normally includes 24 hours at the La Crosse CBOC (Mondays, Wednesdays, and Thursdays) and 16 hours at the Tomah VA Medical Center (Tuesdays and Fridays), from 8:00a - 4:30p with a 1/2 hour unpaid lunch. Position could also be scheduled to cover evening hours, 4:30p - 8:00a, on a rotating basis with other staff psychiatrists during the business week. Position could also be scheduled for weekend/holiday on-call duty hours, on a rotating basis with other staff psychiatrists. Weekends begin 4:30p Friday and end 8:00a Monday. Holidays begin 4:30p the day before holiday and end 8:00a the next business day. NOTE: No premium will be paid for working federal holidays. A Medical Officer of the Day is on duty 24 hours a day. The psychiatrist scheduled for evening/weekend/holiday call must be available for any psychiatry admission to the Mental Health inpatient units and must also be available by telephone if the Medical Officer of the Day has issues/concerns about psychiatry patients. WORK ENVIRONMENT. Tomah VAMC is a six building facility connected by above ground tramways. The La Crosse CBOC provides both medical and psychiatric services in one outpatient clinic facility. DUTIES: All duties and responsibilities of a staff psychiatrist, including but not limited to, admission/discharge; treatment and professional direction of inpatient care, specialized residential unit, outpatient care; psychiatric consultations; rounds; attending treatment teams on Extended Care Inpatient Units; and Compensation & Pension Examinations. Mental Health Services include: Acute Psych inpatient unit - 16 beds, Psych-Nursing Home Care inpatient unit (Intermediate type pts) - 17 beds, Psych-Nursing Home Care inpatient unit (long-term type pts) - 31 beds, Residential Treatment Program - PTSD/Sub. Abuse/Dual Diagnosis - 35 beds, Compensated Work Therapy/Transitional Residence - 10 beds, Outpatient Mental Health services at Tomah VA Medical Center and the La Crosse Community Based Outreach Clinic, Consults/Rounds/Treatment Teams on Extended Care Service (NHCU), Consults to our Acute Medicine inpatient unit, and Compensation and Pension Examinations. Candidate must be clinically competent to perform examinations, diagnosis, therapeutic treatment, handle emergencies, patient management and documentation in patient records. Must be effective in teaching (patient education and co-workers), planning, using administrative judgment; and should have sound decision making skills. Candidate must also dictate admission and discharge reports, utilizing central dictating system (training can be provided); provide direction and participate in the treatment team (which includes clinical staff - psychologists, nurses, nursing assistants, licensed practical nurses, social workers, social work associates, psychiatrist assistants, dietitians, recreation therapists, rehabilitation technicians, addiction therapists); evaluate, develop and implement treatment plans; prepare examining psychiatrist's reports for courts on commitment cases, and attend court hearings to provide testimony. A progress note that complies with the Mental Health scope of assessment document must be completed for each episode of care. MISC. DUTIES & RESPONSIBILITIES. Individual will follow and meet all medical center policies, rules and regulations. The psychiatrist must participate in organization meetings as requested, be familiar with personal computers, have adequate typing skills to perform data entry (progress notes and psychiatrist orders), and be able to navigate through windows based computer programs utilizing a computerized medical record system. Training on the computerized system will be provided by the medical center. The psychiatrist is required to be certified in Basic Life Support (BLS). Certification must be obtained through organization as recognized by the American Heart Association. The psychiatrist must maintain the certification during their work at the medical center. JCAHO. Where the contract does not require JCAHO accreditation or other regulatory requirements regarding work competency, the contractor must perform the required work in accordance with JCAHO standards. CERTIFICATIONS: Applicant must have United States citizenship; a Degree of Doctor of Medicine or an equivalent degree resulting from a course of education in medicine or osteopathic medicine; current, full and unrestricted license to practice medicine or surgery in a state, Territory, or Commonwealth of the United States, or in the District of Columbia; Board Certification or be Board Eligible in the appropriate specialty area. PHYSICAL REQUIREMENTS: Documentation shall be provided that demonstrates applicant has a current physical that includes a current TB test and Hepatitis B vaccination. Proof that a two-step tuberculosis skin testing is up-to-date must be received prior to starting employment. If the applicant has had a negative test within the past 12 months, a single step test will be done and again documentation needs to be provided prior to starting employment. SUPERVISION: This position reports to the Clinical Director Mental Health Service/designee. CONTRACTOR RESPONSIBILITES: The contractor is required to develop and maintain the following documents for each contractor employee working on the contract: credentials and qualifications for the job; a current competence assessment checklist (an assessment of knowledge, skills, abilities, and behaviors to perform a job correctly and skillfully; includes knowledge and skills required to provide care for certain patient populations, as appropriate); a current performance evaluation supporting ability of the contractor employee to successfully perform the work required in this solicitation and the listing of relevant continuing education for the last two years. The contractor will provide current copies of these records at the time of contract award and annually on the anniversary date of contract award to the VA COTR, or upon request, for each contractor employee working on the contract. CREDENTIAL REQUIRED: Application package provided by the VA Medical Center Tomah, WI to be completed by the candidate. This includes: Curriculum vitae, current references, signed release of information from candidate, and statement that candidate does not have any physical or mental health condition that would adversely affect his/her ability to carry out assigned duties, and additional credentialing and privileging forms. Candidate will also be required to make application through the VET-PRO Internet process. Candidate will need to be enrolled in VET-PRO by our Credentialing and Privileging Coordinator at the VA Medical Center, Tomah, WI. The website address is: http://fcp.vetpro.org. Our facility ID number is: 676. KEY PERSONAL. The Contractor shall assign to this contract the following key personnel: one Psychiatrist. Contractor's employees must be present at VA and must be actually performing the required services for the period specified in the contract or the contract cost will be decreased accordingly during each billing cycle. During the term of this contract, the Contractor shall make NO substitutions of key personnel unless the substitution is necessitated by the individual's illness, death, or termination of employment. The Contractor shall notify the Contracting Officer, in writing, within 1 calendar days after the occurrence of any of these events. The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes shall have comparable qualifications to those of the persons being replaced. The contract will be modified to reflect any approved changes of key personnel. QUALIFICATIONS. Personnel assigned by the contractor to perform the services covered by this contract shall be proficient in written and spoken English (38 USC 7402). Contractor's assigned personnel must be computer literate as patient documentation is directly inputted in the patient's electronic medical record. PERSONNEL POLICY. 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 these personnel: Workers compensation, Professional liability insurance, Health examinations, Income tax withholding, and Social security payments. The parties agree that such personnel shall not be considered VA employees for any purpose and shall be considered employees of the contractor. RECORD KEEPING. A VA record-keeping system of contractor hours worked is established through time and attendance logs in the departments being served. The payments to contract personnel for any leave, including sick leave, holiday, or vacation time, is the responsibility of the contractor. Leave granted to contract employees would be in accordance with contractor policies. VA is not obligated to pay the Contractor during any absence. EVALUATION OF PROPOSALS offered will include the following factors: Professional qualifications, clinical skills/interpersonal skills, availability, past performance and price. Award will be made to the offeror(s) who provide the first acceptable candidate(s). Awarded offeror(s) is hereby notified that the position would be considered "low risk" under the positions sensitivity designate in accordance with IL 90-01-6 entitled Contractor Personnel Security Requirements. Evaluation may be made with or without discussions with the offeror(s). All responsible sources that can meet the requirements and provide services as listed above may respond to this solicitation by submitting cost and technical proposals. TECHNICAL PROPOSALS should include: a cover letter on company letterhead or bid form with candidate(s) name, a curriculum vitae of the proposed service providers, copy of all current licenses, competency check list(s), breakdown of hourly rate, evidence of malpractice insurance, background information, past performance reviews (any adverse results), and letters of recommendation. CLAUSES. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract 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): http://www.arnet.gov/far (FAR) and http://www.appc1.va.gov/oamm/vaar/index.htm (VAAR); 52.204-7 Central Contractor's Registration; 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation - Commercial Items; 52.212-3 Offeror Representations and Certification-Commercial Items (NOTE - Offerors must include a completed copy of "Offeror Representations and Certification" along with his/her offer); 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders - Commercial Items; 52.217-8 Option to Extend Services; VAAR 852.270-4 Commercial Advertising; 852.219-70 Protest Content; 852.236-76 Correspondence; 852.237-7 Indemnification and Medical Liability Insurance; 852.237-70 Contractor Responsibilities; 852.270-1 Representatives of Contracting Officers; and 852.233-71 Alternate Protest Procedure. PROPOSALS shall include all information required in 52.212-1, Schedule of Prices Offered, a copy of published price list for the services proposed, and a completed copy of provision 52.212-3. Price quotation as follows: Line Item 1: Psychiatry services, estimated quantity of 384 hours, $________/hr. Line Item 2: Weeknight On-Call rate (to carry pager), 7 nights, $__________/night. Line Item 3: Weekend On-Call rate (to carry pager), 2 weekends, $____________/weekend. Line Item 4: Price for weeknights if called in, 2 hours, $_________/hr. Line Item 5: Price for weekends if called in, 2 hours, $_________/hr. Price must be all-inclusive, including travel and lodging costs. Hourly rate will apply if actually called in for duty. No overtime rates will be paid. Offerors shall submit quotation ASAP to Becky Cushing, Contract Specialist, Great Lakes Acquisition Center, 5000 West National Avenue, Building 5, Milwaukee, WI 53295. Faxed proposals will be accepted at (414) 902-5440. For further information, contact Becky Cushing at (414) 902-5410.
 
Web Link
RFQ 69D-289-04
(http://www.bos.oamm.va.gov/solicitation?number=69D-289-04)
 
Place of Performance
Address: Tomah and LaCrosse Wisconsin
Zip Code: 54660
Country: United States
 
Record
SN00572830-W 20040428/040426214106 (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.