Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
MODIFICATION

Q -- Inpatient Services Contract for Chalmers P. Wylie Ambulatory Care Center -- Columbus, Ohio

Notice Date
3/16/2010
 
Notice Type
Modification/Amendment
 
NAICS
622110 — General Medical and Surgical Hospitals
 
Contracting Office
Department of Veterans Affairs;Columbus;Chalmers P. Wylie Ambulatory Care Center;420 North James Road;Columbus OH 43219-1834
 
ZIP Code
43219-1834
 
Solicitation Number
VA-250-10-RP-0017
 
Response Due
3/19/2010
 
Archive Date
6/23/2010
 
Point of Contact
Susan J. Welch, Contracting Officer, 614-257-5534Brian Kish, Contract Specialist, 614-257-5524
 
E-Mail Address
Contract Specialist
(susan.welch@va.gov,)
 
Small Business Set-Aside
N/A
 
Description
NOTE: This amendment was posted on Tuesday, March 16, 2010, in order to answer potential offerors' questions. On February 18, 2010 the Chalmers P. Wylie Ambulatory Care Center, Columbus, Ohio (VISN 10) posted a solicitation for Inpatient Health Care services. The purpose of this contract will be to provide Inpatient Health Care services to authorized and referred Veterans for the full episodes of care in accordance with the provisions of Public Law 104-262; United States Code (U.S.C) Title 38, Section 8153, Enhanced Sharing Authority. These services are to be provided to authorized Veterans who are referred by the Department of Veterans Affairs Chalmers P. Wylie Ambulatory Care Center, Columbus, Ohio. POC information: Susan J. Welch at 614-257-5534, susan.welch@va.gov; Brian Kish at 614-257-5524, brian.kish@va.gov; or Andrew Flynn at 614-388-7827, andrew.flynn@va.gov. New questions from potential offerors: 1. Under Provider Credentialing: B.2.2. Required Provider Credentialing: All providers must be credentialed by the Contractor to provide services at the Contractors facility in accordance with the Joint Commission standards and be licensed by State, Territory, or Commonwealth of the United States or the District of Columbia. Furthermore, credentialing and privileging shall be done in accordance with VA Directive 1663 and in accordance with the provisions of VHA Handbook 1100.09. Can we review VA Directive 1663 and in accordance with the provisions of VHA Handbook 1100.09? I searched online, but couldn't find anything that helped me make sure our credentialing is done consistent with those standards. Answer: VA Directive 1663 and VHA Handbook 1100.09 are now attached electronically. NOTE: There was a typographical error in the original solicitation. The Credentialing and Privileging Handbook is VHA Handbook 1100.19 instead of 1100.09. 2. I know in the past when our company has responded to solicitations, our format has been a problem for the VA. What is the preferred format of response? Are we correct in thinking that we should not alter the solicitation electronically, but rather respond to it on a separate document? Do we need to include anything else? Answer: Alterations to the electronic solicitation document are prohibited, as it may result in a nonresponsive offer. It is recommended that you print the solicitation document and complete all required information on the hardcopy, as applicable. For other required documents that are not built into the electronic solicitation (i.e. Management Plan) the offeror shall provide a signed and dated stand-alone proposal that clearly addresses the evaluation criteria in the solicitation.. 3. In Section E.9, the Management Plan is specified to include "specific terms how the offeror will be responsive to all the terms and conditions stated in the Statement of Work (SOW)." Could you confirm that the SOW are the items under the heading - "Description, specifications and Performance Work Statement (PWS)"? I could not find a specific SOW section. Answer: You are correct, the SOW is detailed under the heading - "Description, specifications and Performance Work Statement (PWS). It includes section B.2.0 through B.2.14 4. The RFP talks extensively about the institutional reimbursement through DRGs. If the bidder is a large intergrated provider who employs a large number of physicians for every speciality, please explain how the physician component will be paid as part of this RFP. Answer: As stated in the solicitation, The VA uses the HCFA Prospective Payment System methodology when paying non-VA hospital invoices. When invoices are submitted to the VA for payment, the invoices are ran through RBRVS, which is similar to Medicare. The only thing that is run through the DRG is the facility bill. As long as the correct CPT code is billed, the physician services will be billed and paid on a HCFA 1500, which is the ancillary bill. 5. We request a two week extension until April 5 2010 @ 4:30 pm. Answer: No extensions will be provided at this time. 6. Would the VA like supporting documentation (i.e. our policies that apply to the specific areas) or just confirmation that we can meet the VA's needs? Answer: Offerors should provide all requested information to the extent that all solicitation requirements are fully answered. 7. Is my company currently registered with the CPS database? Answer: In the solicitation, refer to Section B.2 Special Contract Requirements, under subpart 7. Required Registration with Contractor Performance System (CPS), instructions are provided on how to register/verify registration with CPS. 8. Our organization does not have an Affirmative Action program and will not have one during the timeframe covered by this solicitation. The language in our response would clearly reflect that. Will our solicitation response be automatically disqualified by the VA for this reason? Answer: As referenced in the solicitation, in accordance with FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) and FAR 52.212-3(d)(2) Offeror Representations and Certifications-Commercial Items (Aug 2009), an Affirmative Action program is required in order to be awarded this contract. 9. How many copies of the Management Plan, Past Performance, and Price/Cost proposals do you require to be submitted? Answer: Only one copy of each is required to be submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CoVAOPC757/CoVAOPC757/VA-250-10-RP-0017/listing.html)
 
Record
SN02093369-W 20100318/100316235011-a8ed2e8940d6b9d6cc1da7fc4becc482 (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  © 1994-2020, Loren Data Corp.