Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2004 FBO #1088
SOLICITATION NOTICE

Q -- Perfusionist Services

Notice Date
11/16/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Acquisition and Materiel Management Service, (90CB), 10000 Brecksville Road, Brecksville, Ohio 44141
 
ZIP Code
44141
 
Solicitation Number
541-012-05
 
Response Due
11/30/2004
 
Archive Date
12/30/2004
 
Small Business Set-Aside
Total Small Business
 
Description
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. Solicitation 541-012-05 is issued as a Request For Proposals (RFP), under the authority of Title 38 U.S.C. 8153 and Veterans Affairs Acquisition Regulations (VAAR) Part 873. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars (FAC) 2001-25. This is a competitive procurement, 100% Small Business Set-aside for commercial items under the North American Industry Classification System (NAICS) Code 621399 and a Small Business Size Standard of $6.0 million per annum. The Louis Stokes Cleveland Department of Veterans Affairs Medical Center, Cleveland, Ohio is contracting for three (3) Certified Perfusionist to perform Perfusionist Services for the period of January 1, 2005 through September 30, 2005, with two (2) pre-priced one-year options for renewal. Bidders shall thoroughly review the specifications and be familiar with the area of coverage prior to submitting their bid in order to be fully aware of the supplies and/or services as outlined in the attached SCHEDULE (SUPPLIES OR SERVICES AND PRICE/COSTS). CONTRACT REQUIREMENTS: Under the supervision of the surgeons and the Operating Room Supervisor, the contract perfusionist shall provide assistance with the open-heart surgery and other assigned duties, which shall include, but may not be limited to: (1) Setting up and operating the heart-lung machine as required for each type of operation and strictly following rigid aseptic techniques in handling the component parts. (This machine substitutes for the heart action and oxygenation of the blood during the critical period of heart surgery. Appropriate manipulation of the machine controls the blood flow, oxygen supply, and body temperature of the patient). (2) Cleaning and checking all parts and accessories of the heart-lung machine following each use, making sure proper procedures are followed an necessary repairs are made. 3) Preparing all necessary parts and accessories for sterilization, seeing that sterilization is done and that sterilized items are properly stored in a clean area to avoid contamination and possible patient infection. (4) Maintaining equipment in good working order and checking to see that all needed supplies are made available as necessary by presenting requests for procurement. Contractor is responsible for procuring items for the customized perfusion pack as listed in the Schedule. The VA will only be responsible for equipment or supply items needed to maintain government-owned machinery. (5) Providing such assistance as may be required for research laboratory projects related to the open-heart surgery program. (6) Provide perfusionist services available on a 24-hour per day basis, seven days a week, to ensure emergency coverage. The contractor shall only be reimbursed for Cardiopulmonary Bypass Standby Service when actually on-site during a documental standby procedure. (7) Provide response by a perfusionist to emergency calls within 45 minutes after notification. (8) Provide standby service, in-house, with perfusionist available in the operating room with Cardiopulmonary Bypass Unit in readiness for immediate use pending instructions by operating surgeon. Advance notification of need (non-emergent) for such service, other than on those regularly scheduled days, shall be made in not less than 24 hours. (9) Maintain inventory of pump supplies established as adequate by the Cleveland VA Medical Center and submit re-orders at least two times per quarter to the Operating Room Head Nurse. (10) All contractors employees who require access to the Department of Veterans Affairs? computer system shall be the subject of a background investigation and must receive a favorably adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to all subcontractor personnel requiring the same access. If the investigation is not completed prior to the start date of the contract, the Contractor will responsible for the actions of those individuals they provide to perform work for the VA. (See Attachment A-Contractor Personnel Security Requirement attached) (11) Each Perfusionist shall be either board certified or board eligible as defined by the American Board of Cardiovascular Perfusion and process a minimum of a Bachelor of Science degree in biology, chemistry, physics or life science, preferably a Master?s Degree or higher. (12) All services provided under the contract shall be in compliance with the Standards of the Joint Commission on Accreditation of Healthcare Organizations (JCAHO). (13) The Government does not use the bubble oxygenators. Therefore, Offerors proposing to provide bubble oxygenators, shall be determined non-responsive to the solicitation and shall not be afforded an opportunity to offer an alternative product. The VA Medical Center, via its authorized personnel in Surgery Service, agrees to provide the contractor with prompt notice of all changes of scheduled procedures. The contractor shall coordinate with the VA Medical Center, Surgical Staff for the scheduling of all surgical procedures on a regular basis. Upon award of the contract, the awarded contractor shall have a 30 calendar day transition period. Upon notification of award, the awarded contractor shall forward to the Contracting Officer, his/her plan for transition of services from the incumbent contractor. Transition plan shall be provided within three days of award and said transition shall not exceed 30 days. Failure of the contractor to conform to the 30 day transition period shall be considered as sufficient cause to terminate contract for cause under the ?Termination for Cause? clause of the contract. The VA has sole discretion in the decision to terminate for failure to comply. The transition period shall include but may not be limited to the following: (1) Arrangements to meet with the Cleveland VA Medical Center?s Surgical Staff and coordinate a design and structure for the sterile connector and sterile PVC tubing packs. (2) Make arrangements with a manufacture to produce the sterile packs per the structure and design. (3) Provide to the Cleveland VA Medical Center?s surgical staff, a sample of each pack for VA approval. (4) Upon approval of a sterile pack design, begin production and stocking of packs in sufficient number so as to ensure adequate coverage to the Louis Stokes Cleveland VA Medical Center. . EVALUATION FACTORS FOR AWARD: FAR 52.212.2 Evaluation ? Commercial Terms (Jan 1999) (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 Capability, (2) Past Performance, and (3) Price. EVALUATION CRITERIA: (1) TECHNICAL CAPABILITY/EXPERIENCE (4 copies of documentation required), The Offeror shall provide a list of qualified medical personnel intended to be utilized in the performance of this contract along with their qualifications and educational background. The Offeror shall provide sufficient evidence to support the qualification of personnel anticipated to provide services. Contractor shall not change personnel assigned to work under this contract prior to submitting evidence of personnel?s qualification for prior approval of the VA Medical Center Director or his/her designee. Offeror shall provide documentation of the ability to begin performance upon completion of contract award and describe quality assurance monitors that will be in place during contract performance. Offerors shall address their company?s technical capability to provide perfusionist services and must address the following criteria to demonstrate that their personnel have achieved the following competencies and levels of proficiency: (1) Minimum experience based on 100 open heart surgery cases as the primary perfusionist, documented by auditable case list (2) Documented research experience by journal publication or grant award, (3) Proficiency with database management, standard database software applications and proficient with evidence based practice. (2) PAST PERFORMANCE ( 4 copies of documentation required): The Offeror shall provide a listing of all contracts performed within the past three years that are similar in nature and relevant to the efforts required by this solicitation. The Offeror shall furnish the following: (a) Customer (Government or Commercial) and point of contact to include name, address, telephone number, fax number and email address for each contact, (b) Service(s) provided including nature of contract, dollar value, etc., (c) Description or relevance and similarity to the effort required by this solicitation. (3) PRICE: Offeror shall provide pricing as requested in the Schedule of Supplies/Services. Technical Capability and past performance, when combined, are equal to price. NOTE: The Government reserves the right to award without discussions; therefore submit your most favorable terms with your quote. 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). 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 offer?s specified expiration time, the Government may accept an offer (or part of an offer) whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Offeror shall be responsible for protecting the personnel furnishing services under this contract. To carry this responsibility, the Contractor shall provide Worker?s Compensation, Professional Liability Insurance, Health Examinations, Income Tax Withholdings and Social Security Payments. The parties agree that such personnel shall not be considered VA employees for any purposes and shall be considered employees of the Contractor. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Management Systems, PO Box 149971, Austin, Texas 78714. Remittance address: payments under this contract shall be made to the address indicated in your quote. The provisions at FAR 52.212.-1, Instructions to Offerors-Commercial Items, applied to this acquisition with the following addendum to the provisions, delete paragraph e and h of the standard provisions. Offerors shall submit with their offer, a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The clause at 52.212.4 Contract Terms and Conditions?Commercial Items, applies to this acquisition, to include the following addendum to the clause; 52.217-8 (which provides that the Contracting Officer may exercise the option by written notice to the contractor within 30 days); 52.232-18, 52.232-19 (which provides that funds are not authorized past September 30, of any fiscal years, unless written authorization is received from the Contracting Officer) 52.233-3, VAAR clause 853.233-70, 852.233-71, 852.237-70, 852.270-1, 852.270-4, 852.273-71, 852.273-72, 852.273.73, 852.273-74. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders?Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alternate I, 52.225-13, 52.232-34, 52-222-41, 52.222-42. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the internet at http://www.va.gov/oa&mm/varr/. Offerors shall submit their quotation along with the completed copy of FAR 52.212.3 Offerors Representations and Certifications?Commercial Items. The Service Contract Act applies to this acquisition and the Wage Determination in effect for this acquisition is Wage Determination No. 1994-2415/revision No 26 dated 6/21/2004. Offeror shall submit all technical questions regarding this solicitation to the Contracting Officer in writing, no later than fifteen (15) calendar days after the solicitation issue date. Questions may be sent via facsimile at 440-3838-6052 or by email to lucille.moss@va.med.gov . Verbal questions will not be addressed. All responses to questions, which may affect offers, will be incorporated into a written amendment to the solicitation. Proposals are due no later than 4:30 p.m., local time, November 30, 2004.
 
Web Link
RFP 541-012-05
(http://www.bos.oamm.va.gov/solicitation?number=541-012-05)
 
Place of Performance
Address: LSCDVAMC, CLEVELAND OH
Zip Code: 44146
Country: United States
 
Record
SN00708755-W 20041118/041116211737 (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.