Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
MODIFICATION

23 -- Mobile Health Clinic

Notice Date
7/22/2009
 
Notice Type
Modification/Amendment
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
Department of Veterans Affairs, Dayton VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Dayton VA Medical Center;4100 W. Third St.;Dayton OH 45428
 
ZIP Code
45428
 
Solicitation Number
VA-250-09-RQ-0232
 
Response Due
7/21/2009
 
Archive Date
8/20/2009
 
Point of Contact
Shelley AllenContract Specialist<br />
 
E-Mail Address
pocs
(shelley.allen@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment number 1: Issue to cancel solicitation amendment: amendment will follow. For those contractors that have submitted quotes in response to this solicitation you may resubmit based on the new requirements. If after reviewing the new requirements which will be issue in a new solicitation, and you determined that no revision is required to your quote email the POCs listed below. DESCRIPTION: Solicitation Number VA-250-09-RQ-0232 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is available as a small business set-aside for commercial items under the North American Industry Classification System (NAICS) Code 336211, size standard/1000 Employees, Motor Vehicle Body Manufacturing. REQUIREMENTS: The Department of Veterans Affairs Medical Center (VAMC), 4100 W. Third Street, Dayton, OH 45428-9000, intends to negotiate a contract is seeking quotes. Quotes must meet minimum requirements of the Government stated herein. See solicitation below. Quote shall contain a proposed delivery, installation, and onsite in-service timeline. PRICING: Offeror shall provide pricing for Mobile Health Unit as described in requirements above and the statement of work listed herein. The total price offered shall include all charges (e.g., to include but not limited to supplies, training, estimated shipping/handling, and trade in allowance, if applicable). NOTES: Last day for questions is July 17, 2009 at 4 pm EST. All inquiries must be submitted via email to Aprile.Horne@va.gov and Shelley.Allen@va.gov. All responses to inquires will be addressed in an amendment to the solicitation. No fax or phone inquiries will be responded to, all quotes must be submitted electronically only, and no fax, mail or hand delivered quotes will be accepted. Closing date for quotes is July 21, 2009 4 pm EST and they must be submitted via email to the above points of contact. Statement of Work Mobile Medical Unit for Department of Veterans Affairs VA Medical Center, Dayton, OH 45428 40' Mobile Medical Unit Requirements Exam Room: Exam Table Sink 2 Stools Space for Computer Storage Space Scale AED EKG Measurements 8'-0''Wide 8'-2'' Long Pop out is 2'-6''wide 5'0'' Long Counsel Rooms Refrigerator Storage Draw Chair Stool Space for Computer Space for Label Printer Sink Centrifuge Measurements 4'-0'' wide 6'-2'' long Pop Out 2'-6'' wide 6'-2'' long Enrollment Area: Space for Computer Space for Printer Desk Storage Space 2 Chairs Measurements 2'-6'' wide 6'-0''long Patient Education Area 2 TV/DVD 4 fold down seats Measurements 2'-6'' wide 6'-6'' long Also must have: Restroom- 4'-0'' wide 3'-3'' long Wheelchair Lift VA logos on exterior Other Considerations: Awning outside Satellite for Network Connection Joint Commission Requirements The following information and more is available at http://vaww.oqp.med.va.gov/. In 1997, Joint Commission adopted new requirements for all accredited healthcare organizations (HCO) related to performance measurement activities, stipulating that each HCO enroll in a "Joint Commission accepted" performance measurement system. Participating measurement systems are required to provide facility-specific and comparison group performance data to Joint Commission for use in their accreditation process, and to provide feedback reports to its clients in the form of comparison graphs and control charts. On July 21, 1997, the Office of Quality and Performance was notified that VHA's performance measurement system had been accepted for inclusion on Joint Commission's list of acceptable systems, and its official title is Veterans Performance Measurement System (VPMS). In January 1998, VHA's National Leadership Board agreed that all VHA facilities would utilize the VPMS as their identified ORYX measurement system. The VPMS meets all ORYX requirements for acute care (hospital), behavioral health care and home care, and is committed to meeting all future Joint Commission criteria for these programs. The intent of VHA submitting its own measurement system for consideration was to promote the concept of one performance measurement system; to ensure the ORYX requirements were transparent, to the extent possible, to VHA's own performance measures; and to avoid duplicate systems and data collection requirements. Joint Commission implemented hospital core measures on July 1, 2002 with the introduction of four initial core measure sets. Currently, VPMS is collecting and transmitting hospital data on Acute Myocardial Infarction (AMI), Heart Failure (HF), and Community Acquired Pneumonia (CAP). However, some hospitals use a combination of both core and non-core hospital measures. In 2004, the VPMS will embed the most recent core measure set for Surgical Infection Prevention, but currently has no plans to collect or transmit data to Joint Commission. At the present time, there are no ORYX requirements for ambulatory care-accredited facilities. Joint Commission depicts an accredited hospital's core measure performance as compared to other Joint Commission-accredited hospitals, both nationally and by state, in its new Quality Report. Joint Commission posted the first Quality Reports in July of 2004 which included 2003 core measure results. As quarterly ORYX core measure data are submitted and analyzed, Joint Commission "refreshes" ORYX core measure information for all accredited hospital Quality Reports (as applicable). In addition, the Office of Quality and Performance provides an analysis of VAMC results, as well as a national and VISN summary. Also included is a public relations package to assist facilities in responding to any questions or inquiries from the public. This information is updated quarterly to coincide with the Joint Commission's Quality Report update. At the present time, there are no ORYX requirements for ambulatory care-accredited facilities. For long-term care ORYX requirements, VHA has a waiver to use RAI-MDS data internally until Joint Commission develops and implements core measures for long-term care. 1.SCOPE: This Statement of Work sets forth requirements for the manufacturing of a custom Mobile Medical Unit for the Department of Veterans Affairs, VA Medical Center, Dayton, Ohio. 1.1Background: VHADAY wishes to expand outreach to high priority Operation Iraqi Freedom/Operation Enduring Freedom (OIF/OEF) veterans in the rural communities within the Columbus service area, and to improve services to OIF/OEF veterans at Post-deployment Health Reassessment (PDHRA) events. VHADAY also plans to expand outreach to extend medical services to homeless veterans in the community setting. VHADAY believes the availability of a Mobile Medical Unit will improve the ability to care for these high priority veterans consistent with the VA's mission. 2.APPLICABLE DOCUMENTS 2.1JOINT COMMISSION. The Contractor shall produce a Mobile Medical Unit in full compliance with Joint Commission patient safety standards. 3.REQUIREMENTS: The Contractor shall provide all materials, tools, equipment, and labor necessary to design and construct a Mobile Medical Unit for the VA. 3.1 SUBMITTALS: The Contractor shall submit with completed Mobile Medical Unit a full drawing package which includes: floor plan, specific dimensions, and other interior features; exterior side views showing door locations, windows, under floor equipment, storage locations, and the exterior logos. Manuals for all appropriate components shall also be provided. 3.2SIZE OF VEHICLE: The Contractor shall construct a 40' long Mobile Medical Unit. 3.3DESIGN OF VEHICLE: The Contractor shall provide design services and shall collaborate with the VA to develop a Mobile Medical Unit layout that meets VA clinical needs, Joint Commission standards, and the State of Ohio Vehicle safety requirements. 3.4CLINICAL AREAS: The clinical areas to be constructed in the Mobile Medical Unit interior include: one (1) exam room, one (2) Counsel areas, one (1) enrollment area, and one (1) restroom. The interior shall also include a wheelchair lift, heating and air-conditioning, smoke/carbon monoxide detectors, HEPA filtration with environmental control HVAC that meets Joint Commission specifications and cabinets/storage space that may be secured during movement. 3.4.1 Exam Room: The exam room shall include: one (1) exam table, one (1) sink, two (2) stools, one (1) space for computer, storage space, one (1) scale, one (1) refrigerator for medication storage, one (1) AED, and one (1) EKG. 3.4.2 Lab Area: The lab area shall include: one (1) refrigerator, storage space, one (1) sink, one (1) draw chair, one (1) centrifuge, one (1) stool, one (1) space for computer, and one (1) space for label printer. 3.4.3 Restroom: The restroom shall include: one (1) toilet, one (1) sink, storage space, and one (1) hand rail. 3.4.4 Enrollment Area: The enrollment area shall include: one (1) space for computer, one (1) space for printer, one (1) desk, storage space, two (2) chairs. This area shall be separated by a curtain or cubicle, and shall be designed in a way that protects patient privacy. 3.4.5 Information Technology:VHADAY will provide IT wiring for Contractor to install in unit. Contractor shall place IT wiring in locations specified by VHADAY above and shall install a telemedicine conduit raceway throughout all clinical areas of unit. 3.4EXTERIOR OF VEHICLE: The exterior of the Mobile Medical Unit shall be weather resistant. The unit shall have a retractable awning. The unit shall also come equipped with satellite to allow connection to VA network. 4.WARRANTIES: The Contractor shall provide a two-year, full coverage warranty and offer extended warranties on major features. 5.QUALITY CONTROL/QUALITY ASSURANCE: 6.DELIVERY: Shall be made by Contractor trainer who will make any needed minor adjustments to the unit and will explain complete operation and routine. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (End of Clause); 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS; ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS; VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008); VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008); VAAR 852.211-70 SERVICE DATA MANUALS (NOV 1984); VAAR 852.246-70 GUARANTEE (JAN 2008); VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008); 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2009); 52.232-18 AVAILABILITY OF FUNDS APR 1984; 852.246-71 INSPECTION JAN 2008; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2009); 52.222-50 COMBATTING TRAFFICKING IN PERSONSE (FEB 2000) (22 U.S.C. 7104 (g)); ALTERNATE I (AUG 2007) OF 52.222-50 (22 U.S.C. 7104 (g)); 52.233-3 PROTEST AFTER AWARD (AUG 1996) (31 U.S.C. 3553); 52.233-4,APPLICABLE LAW FOR BREACH OF CONGRACT CLAIM (OCT 2004) PUB.L. 108-77, 108-78); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006); 52.203-13, Contractor Code of Business Ethics and Conduct (DEC 2008)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)); 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644); 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); Alternate I (June 2003) of 52.219-23; 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C 632(a)(2)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201); 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b); 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332); 52.216-1 TYPE OF CONTRACT (APR 1984); 52.233-2 SERVICE OF PROTEST (SEP 2006); VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008); VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998); 52.232-38 SUBMISSION OF ELECTRONIC FUNDS TRANSFER MAY 1999 INFORMATION WITH OFFER; 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (JUN 2009); ADDENDUM to FAR 52.212-1 INSTRUCTIONS OFFERORS - COMMERCIAL ITEMS - SUB-PART 13.5 TEST PROGRAM
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA-250-09-RQ-0232/listing.html)
 
Record
SN01883445-W 20090724/090722235222-3de423c9c8a92c580be681fb9bbd55f6 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.