Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2010 FBO #3070
SOLICITATION NOTICE

Q -- Othopedic Shoe Modifications Sources Sought

Notice Date
4/19/2010
 
Notice Type
Presolicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Medical Center;University & Woodland Aves;Philadelphia PA 19104
 
ZIP Code
19104
 
Solicitation Number
VA-244-10-RQ-0005
 
Response Due
5/3/2010
 
Archive Date
5/18/2010
 
Point of Contact
Ira S. Clavner
 
E-Mail Address
Contract Specialist
(Ira.Clavner@va.gov)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION OF SUPPLIES AND SERVICES. The Department of Veterans Affairs (VA) has an ongoing program to furnish Orthopedic shoe modifications, amputee toe fillers, modified shoe repairs and related services to those Veterans that require them and are eligible for assistance. It is VA's intention to solicit proposals and award a contract on a competitive basis. Contract period is June 1, 2010 to May 31, 2014. The shoe modifications, amputee toe fillers, shoe repairs and related services are to be provided to the following facilities: Philadelphia VA Medical Center, 3900 Woodland Ave, Philadelphia, Pa 19104, VISN 04 BACKGROUND: In fiscal year of 2009, the Philadelphia VA Medical Center, on a combined basis, spent an estimate $63,000 for 1,350 various orthopedic shoe modification and amputee toe fillers. During that same time period, VA recorded an estimated 560 incidences of shoe repairs at an estimated cost of $30,000. ITEM SCHEDULE For fabrication and repair of orthopedic shoe modifications, amputee toe fillers, modified shoe repairs and/or related services, the prices proposed shall not exceed any established Medicare A or L-Code prices applicable to the geographic area subject to this solicitation and at the time of performance. It should be noted that repair rates for 15 minute increments are now part of the A or L-Code pricing schedule. L CODEDESCRIPTION of SERVICESEST. QTY. L3440BUTTRESS UP TO 1 INCH680 A5512DIABETIC INSERTS40 L3310ELEVATION FULL SOLE PER INCH50 L3334ELEVATION HEEL UP TO 1/2"10 L3390FLARE UP TO 1 INCH40 L3350HEEL WEDGE15 L3370HEEL & SOLE WEDGE25 L3530LEATHER TIPS/HALF SOLES35 L3080METATARSAL BARS INSIDE30 L3010ORTHOTICS, CUSTOM, PAIR10 L3040ORTHOTICS, PREFAB, PAIR 20 L3400ROCKER FORE-FOOT200 L3400ROCKER MID-FOOT140 L3450SACH HEEL30 L2360EXTENDED STEEL SHANK10 L5000TMA FILLER (ALL TOES)25 L5000TOE FILLER25 L3580VELCRO CONVERSION10 L3460REPAIR, HEEL10 L3540REPAIR, SOLE, LEATHER5 L3540REPAIR, SOLE, VIBRAM550 MULTIPLE AWARDS The Contracting Officer contemplates award of one or more Indefinite Delivery Indefinite Quantity (IDIQ) firm fixed price contract (s) pursuant to this solicitation for orthopedic shoe modifications, amputee toe fillers, shoe repairs and related services. Any VA facility within VISN 04 may order from contract(s) awarded under this solicitation. The contract will contain one (1) base year and up to three (3) renewable option years. The Contracting Officer shall determine (based on an integrated assessment of each offeror's technical and price proposals) the individual proposals judged to be most advantageous to the Government. ? The total guaranteed minimum of supplies and services that will be acquired under this contract is $500.00 per contract per year. ? The total maximum of supplies or services the Government will acquire under the contract is $220,000. ? The Contractor must submit a Technical Proposal for evaluation. The Technical Proposal must provide sufficient information to demonstrate the corporate capabilities to satisfactorily perform the work detailed. GENERAL REQUIREMENTS Standards of Performance The Contractor shall be required to attend all weekly VA custom shoe clinics or VA Community Living Center (CLC) appointments with a certified staff Pedorthist to provide support in evaluation of the patient, casting, fabrication, and fitting for all Orthopedic shoe modifications, amputee toe fillers, shoe repairs and related services in strict conformance to the prescription and VA guidelines that has been submitted by the designated VA requesting provider. Contractors shall not add or substitute components or alter the beneficiary's prescription in any way without prior approval and written authority from the appropriate VA Clinic Team, Prosthetic Representative or designee. Educational and Training Requirements All contractors shall have a full-time Pedorthist on staff at each of their locations, with current and valid credentials provided by the American Board for Certification (ABC), or Board for Orthotist-Prosthetist Certification (BOC). The Pedorthist will have experience in casting, fabrication and modifying footwear and orthotics. A waiver for this requirement may be granted on a case-by-case basis for branch offices only in the event that VA determines this requirement would place an undue burden on the Veteran. VA reserves the right to verify Pedorthist(s) credentials anytime during the term of this contract. SPECIFIC REQUIREMENTS Solicitation of Beneficiaries The contractor agrees not to (directly or indirectly through agents) solicit eligible Veteran beneficiaries. VA personnel shall not direct, guide, or prompt a Veteran beneficiary to a specific contractor except when a physician determines that it is a medical necessity. It will continue to be VA's policy to permit all service-connected and non service-connected beneficiaries who have continuing eligibility and who have established ties with an existing Pedorthist to continue to use that Pedorthist provided that Pedorthist is willing to accept the current contract provider terms for the geographic area covered by the contract. Salvage In the event that a Veteran beneficiary dies prior to delivery and acceptance of Prescription shoe work, VA shall pay the contractor for the work performed up to the point that they are notified to stop work. The pricing paid shall be mutually agreed upon and shall not exceed the contract price of the Prescription less the salvage value of the unused Modification. PERFORMANCE, DELIVERY, INSPECTION AND ACCEPTANCE The VA shall require the contractor to deliver items ordered under this contract no later than 15 calendar days after receipt of a delivery order. The contractor shall notify the VA Prosthetic Representative and show cause in the event he is unable to deliver the required items in accordance with the Government's required delivery date. Failure by the contractor to provide a written notification as stated above within 7 calendar days after receipt of an order constitutes acceptance of an order. In the event the Government desires expedited delivery, the ordering activity shall telephonically contact the contractor and inquire into the feasibility of obtaining this condition. The contractor shall respond within 24 hours to such request and expedited delivery shall be mutually agreed upon. Any additional costs incurred by the contractor for meeting this requirement shall be negotiated in accordance with clause 52.212-4, Contract Terms and Conditions--Commercial Items. (Note: Expedited Delivery terms and conditions, when required, will be determined by the Contracting Officer or Ordering Officer on a case by case basis and stated in the individual task or delivery order) The conditions of and point of measurement, fitting, delivery, inspection, and acceptance of shoe modifications, amputee toe fillers, shoe repairs and/or related services shall be at the discretion of the appropriate VA Clinical Team, Prosthetic Representative or prescribing physician and will be determined on a case by case basis. The contractor warrants the Prescription and/or shoe repair provided against defective material and/or workmanship for a minimum of 90 calendar days from the date of acceptance. Manufacturer's warranties of Material components that extend beyond the minimum 90-day period shall be in effect and also enforced. The contractor agrees to furnish without additional cost to the government, all labor and materials necessary to correct defects that were detected during the warranty period. These conditions do not apply to adjustments incidental to the device adjustments required by physical change of the wearer, or where there is evidence of deliberate misuse or alteration by anyone other than the contractor. The contractor shall immediately notify all effected VAMC (s) and contracting activities in the event of a product recall, removal, required adjustment, or required modification that is suggested or mandated by the contractor, distributor, manufacturer, or any regulatory or official agency. The information that shall be included in this notification includes: 1. A complete item description, identification. 2. Administrative identification data including contract number, order numbers, and order date. 3. Reasons for recall, removal, adjustment, or modification. 4. Instructions for appropriate corrective action. END
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC642/PhVAMC642/VA-244-10-RQ-0005/listing.html)
 
Place of Performance
Address: 3900 Woodland Ave.;Philadelphia, PA
Zip Code: 19104
 
Record
SN02125392-W 20100421/100419234453-824df4dc53c024814bf8ceb115446936 (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.