Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

Q -- HEMODIALYSIS TREATMENTS

Notice Date
9/8/2011
 
Notice Type
Presolicitation
 
NAICS
621492 — Kidney Dialysis Centers
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV11T0336
 
Response Due
9/26/2011
 
Archive Date
11/25/2011
 
Point of Contact
Valerie DeVeaux, (706) 787-8438
 
E-Mail Address
Southeast Regional Contracting Office
(valerie.deveaux@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The solicitation number W91YTV-11-T-0336 for purchase request GFEBS 0010065922 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 621492. Size standard is $34.5M. This RFQ is being issued as Firm Fixed Price, 100% Set Aside for Small Businesses. Responses due date: ___SEPTEMBER 26, 2011____. The requirements of this solicitation are for non-personal Inpatient Hemodialysis Treatments for Eisenhower Army Medical Center, Fort Gordon, GA. Initial Performance Period: 1 October 2011 through 30 September 2012. This RFQ is issued Subject to Availability of Funds, FY12. Item No. 0001 Hemodialysis Treatment QTY: 355 EACH; Unit Price: $___________ Total Amount: $____________ Item No. 0002 Continous Renal Replacement Therapy QTY: 65 EACH; Unit Price: $____________ Total Amount: $____________ Item No. 0003 Nurse Call Back QTY: 14 HOURS; Unit Price: $____________ Total Amount: $_____________ Item No. 0004 Nurse Training QTY: 10 HOURS; Unit Price: $_____________ Total Amount: $_____________ Item No. 0005 Peritoneal Dialysis QTY: 25 EACH; Unit Price: $______________ Total Amount: $______________ Item No. 0006 CCPD QTY: 25 EACH; Unit Price: $_____________ Total Amount: $________________ Item No. 0007 Education Other Than Nurse Training QTY: 25 HOURS; Unit Price: $_____________ Total Amount: $________________ Item No. 0008 Delay Initiation Due To Hospital Issue QTY: 10 HOURS; Unit Price: $_____________ Total Amount: $________________ Item No. 0009 CVVHD Restart QTY: 25 EACH; Unit Price: $_____________ Total Amount: $________________ Item No. 0010 Contract Manpower Reporting (CMR). Provide annual CMR report to include the man-hours that will be required to complete this report by 31 October of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 September of each Government fiscal year. This report must be completed by 31 October of each calendar year. It is the contractor's responsibility to read the CMR Reporting Clause attached to this solicitation. QTY: 1 EACH Unit Price: $_______________Total Amount: $___________ Place of Performance: Eisenhower Army Medical Center Bldg 300, East Hospital Road Fort Gordon, GA 30905 UNITED STATES The following FAR and DFARS provisions and clauses apply to this solicitation: The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provision at 52.212-1, Instructions to Offeror - Commercial Items (JUNE 2008). Addendum to 52.212-1: (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. The following stand alone discretionary FAR and DFARS provisions are necessary: 52.225-25 - Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (SEP 2010). 52.252-1 - Solicitation Provisions Incorporated by Reference (FEB 1998). List websites 52.252-5 - Authorized Deviations in Provisions (APR 1984), (b) DoD Far Supplement (48 CFR Chapter 2). The provision at 52.212-2, Evaluation - Commercial Items (JAN 1999). ADDENDUM TO 52.212-2 (a) is hereby replaced with the following: 1. Evaluation Process. a. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: If providing an "equal" item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. Explain how your company will meet the salient characteristics of the items as specified in the solicitation. Prospective contractors shall demonstrate that the product offered complies with the technical requirements described in the salient characteristics by submission of a written capability statement with their offer. 2. Price. Price will be evaluated as to fair and reasonableness. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote as determined by the end user. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate proposals and award a contract without discussions. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. solicitation to the responsible offeror whose offer conforming to the solicitation and 52.212-3 Offeror Representations and Certifications- Commercial Items. Offeror must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision is applicable, a written submission is required. Offers are due by 23 September 2011, 4:00 PM, Eastern Standard Time. Submit offers via email to Valerie.DeVeaux@us.army.mil Contracting Office Address: Southern Region Contracting Office - East (SRCO-E) 39706 40th Street Fort Gordon, GA 30905 Point of Contact: Valerie DeVeaux, Contract Specialist, (706) 787-8438 Additional Info: Southern Region Contracting Office - East Contracting Office Address: Southern Region Contracting Office - East, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650. 52.212-3 Offeror Representations and Certifications - Commercial Items (May 2011) 52.212-4 -- Contract Terms and Conditions - Commercial Items, applies to this acquisition (JUN 2010) and Addendum to 52.212-4--(u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. 52.203-3 -- Gratuities (Apr 1984) 52.203-6 -- Restrictions on Subcontractor Sales to the Government (Sep 2006) AltERNATE I (Oct 1995) 52.203-12 -- Limitation on Payments to Influence Certain Federal Transactions (Oct 2010) 52.204-9 -- Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6 -- Protecting the Government's Interest When Subcontracting with Contractors Debarred, suspended, or proposed for Debarment (Dec 2010). 52.219-8 - Utilization Of Small Business Concerns (Jan 2011) 52.219-28 -- Post-Award Small Business Program Rerepresentation (Apr 2009) 52.222-3 -- Convict Labor (Jun 2003). 52.222-21-- Prohibition of Segregated Facilities (Feb 1999) (EEO). 52-222-26 -- Equal Opportunity (Mar 2007) (EEO). 52.222-36 -- Affirmative Action for Workers with Disabilities (Oct 2010). 52.222-50 -- Combat Trafficking in Persons (Feb 2009). 52.223-5 - Pollution Prevention and Right-To-Know Information (May 2011) 52.223-18 - Contractor Policy to Ban Text Messaging While Driving (Sep 2010). 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008). 52.228-5 - Insurance - Work On A Government Installation (Jan 1997) 52.232-18 - Availability of Funds (Apr 1984) (next FY) 52.232-33 -- Payment by Electronic Funds Transfer -- Central Contractor Registration (Oct 2003). 52.233-3 - Protest After Award (Aug 1996). 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004). 52.237-2 - Protection of Government Buildings, Equipment, And Vegetation (Apr 1984). 52.237-3 - Continuity of Services (Jan 1991). 52.242-13 - Bankruptcy (Jul 1995). 252.201-7000 - Contracting Officer's Representative (Dec 1991). 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials (JAN 2009). 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (Jan 2009). 252.204-7000 - Disclosure of Information (Dec 1991). 252.204-7003 - Control of Government Personnel Work Product (Apr 1992). 252.209-7004 - Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Terrorist Country (Dec 2006). 252.225-7012 - Preference For Certain Domestic Commodities (Jun 2010) 252.227-7015 - Technical Data-Commercial Items (Mar 2011). 252.227-7037 - Validation of Restrictive Markings on Technical Data (Sep 1999). 252.229-7000 - Invoices Exclusive of Taxes or Duties (Jun 1997). 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Mar 2008). 252.232-7010 - Levies on Contract Payments (Dec 2006). 252.247-7023 - Transportation Of Supplies By Sea (May 2002). 52.217-8 - Option to Extend Services (NOV 1999). 52.252-2 - Clauses Incorporated by Reference (FEB 1998) List websites 52.252-6 - Authorized Deviations in Clauses (APR 1984) 252.204-7008 - Export-Controlled Items (APR 2010). 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2011) (DEVIATION). INVOICING INFORMATION: All prospective offeror must be registered in the Wide Area Work Flow (WAWF) System. For registration go to https://wawf.eb.mil/ and follow the registration instructions. The payment on invoices will be made quarterly invoices as a 2-in-1 invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil (reference clause 252.232-7003). Web Base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link. PERFORMANCE BASED WORK STATEMENT INPATIENT DIALYSIS SERVICES C.1. GENERAL. Dwight David Eisenhower Army Medical Center (DDEAMC) is a major Army Medical Center providing services to beneficiaries that reside throughout the Southeast Region. DDEAMC is located on Fort Gordon, Georgia, which is ten miles southwest of Augusta, Georgia. The Medical Center provides primary and specialty care. It is currently operating at 150 beds with an expansion capacity for 400 beds. C.1.1 PURPOSE. The Contractor shall provide non- personal inpatient dialysis services at Dwight David Eisenhower Army Medical Center. The quality of services provided by the Contractor shall be of a quality meeting or exceeding currently recognized national standards as established by the Joint Commission on Accreditation of Health Care Organizations (JCAHO), established principles and ethics of the profession and DDEAMC Regulations. The standard of performance for any Contractor shall be to exercise the degree of care, skill, and education of a prudent healthcare provider in the profession or call to which he/she has been licensed. Performance shall exceed the standards as set forth in this agreement. C.1.2 RESERVED. C.1.3. POINT OF CONTACT/RESPONSE TIME. The Contractor shall provide the Contracting Officer the name and telephone number of an individual responsible for oversight of the contract. The individual shall have full authority to act for the Contractor. The name and telephone number shall be provided to the Contracting Officer within 10 days after contract award. The Contractor's point of contact shall respond to telephone calls from the Contracting Officer or other designated government representative within 30 minutes. The Contractor's point of contact shall be available 24 hours per day, 7 days a week. The Contractor shall furnish fully qualified back-up personnel to provide coverage during scheduled and unscheduled absences of their primary personnel. The Contractor's designated representative shall meet with Contracting Officer during the agreement period. The Contracting Officer will schedule the meeting dates and times. C.1.4 SUPERVISION. The Contractor shall provide services in accordance with JCAHO, AMA, AHA, ANA, Army and DDEAMC directives and policies. This is a non - personnel contract; However; contract personnel are subject to direction from the Chief, Department of Medicine or their representative. C.1.5. QUALITY ASSURANCE/PERFORMANCE IMPROVEMENT. Contract shall be responsible for compliance with all procedures in accordance with applicable DDEAMC and Army written policies, procedures and regulations. Contract personnel shall not introduce new medical procedures or services without prior approval from the DDEAMC Commander. All joint Commission for Accreditation of Health Organization (JCAHO) standards shall be practiced and met or exceeded during the performance of this contract. C.1.6 CONFLICT OF INTEREST. Contract personnel shall not be a member of any active duty uniform services or a civilian employee of the United States Government. C.1.6.1 The Contractor or contract personnel shall not bill a patient, insurer or anyone else for services rendered. The only compensation the Contractor is entitled to for performance of the contract is payment specified. C.1.6.2 The provider, while performing services under this contract, shall not advise, recommend, or suggest to persons eligible to receive medical care at Army expense that such persons should receive care from any entity in which the Contractor has a financial interest other than at DDEAMC. The Contractor shall make no use of any government facilities or other government property in connection with conducting a private practice. C.1.7 The Government reserves the right to accept or not accept specific Contractor provided personnel. In the event that any contract personnel are determined unacceptable by the Government during the individual's performance period, the on-duty supervisor will notify the Contracting Officer. The Contracting Officer will determine whether the personnel will be released from duty. The Contractor's point of contact will be notified. In the event of a dispute, the Contracting Officer's decision is final. Non- acceptance of a contract employee does not relieve the Contractor from the terms and conditions of this contract. C.1. RESERVED. C.1.9 HOURS OF PERFORMANCE; The Contractor shall provide inpatient dialysis services to support 7 days a week, 24 hours per day operation to include holidays. This is a call when needed requirement. The government reserves the right to verify the hours and /or services performed by the Contractor Personnel to include sign in and sign out procedures. C.1.9.1 The Contractor shall provide a monthly report of the number of work hours performed for each patient. This information will be used by our manpower/workload reporting requirement section. C.1.10. QUALIFICATIONS. The Contractor shall submit a pre-employment package for each service provider to the Quality Management Office a minimum of 30 calendar days before the start of work. The packet shall contain documentation of a health exam, licensing, certification of immunization, Basic Cardiac Life Support certification and current curriculum vitae. The Contractor shall make a review of individual education and professional qualifications of any service provider prior to submitting the pre-employment package to the Quality Management Office. C.1.10.1 CRIMINAL BACKGROUND CHECK REQUIREMENT; A formal criminal background check will be performed through the normal DDEAMC credentialing process. C.1.10.2 TRAINING AND CERTIFICATION; Service providers shall be certified in Basic Cardiac Life Support (BCLS). BCLS re- certification shall be accomplished biannually. C.1.10.2 LICENSURE; The Contractor shall ensure that service providers have a current unencumbered license for the state of Georgia. Proof shall be provided to the Quality Management Office at least 30 calendar days prior to the first workday and presented again at the licensure renewal date. C.1.10.4. PROVIDER REQUIREMENTS: The Service Providers shall hold a degree from an accredited college and hold a current RN license from the state of Georgia or LPN license from the state of Georgia. A LPN may only be utilized if dialysis therapy is performed in proximity to an RN(on the same ward), and the LPN has at least 5 years of dialysis experience. Dialysis technicians may also be utilized to assist during a treatment, but are not allowed to perform treatments. The provider shall have been providing dialysis treatments for atleast one year. The provider shall be capable of performing the full range of dialysis services. The provider shall be able to ready, write, and speak English well enough to effectively communicate with all patients and healthcare providers. C.1.10.4.1. The service provider shall be rested and fully physically and mentally capable of performing the duties required under this contract. The service provider shall respond to contact within 30 minutes of receipt and ne able to return to the DDEAMC within 45 minutes if deemed necessary. C.1.10.4.2 In the event of litigation/investigation of a claim of liability or malpractice, the service provider shall cooperate fully with Government authorities and designated officials in the investigation of the claim or preparation of litigation. C.1.10.4.3 The service provider shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, to comply with any federal or state laws, codes and regulations, in connection with the performance of the type of services required by this contract. C.1.10.5 OSHA REQUIREMENTS; The Contractor shall provide a written statement attesting the fact that the provide has received training as required b the Occupational Safety and Health Administration (OSHA) to the Quality Management Office prior to performance. C.1.10.6 HEALTH REQUIREMENTS; The Contractor shall provide a pre-employment package (Ref. C.1.10) to the Quality Management Office. The package shall contain physician certification that the employee had a medical evaluation prior to the start of work under this contract. This certification shall state the date the examination was completed, the providers name that performed the examination and the statement concerning the health of the individual in accordance with the requirements set forth in the DFDEAMC Occupational Health Policy. The certification shall contain the following statement"( name of the contract personnel) has no contagious disease" C.1.10.7 COMPETENCY FILES; Personnel files for each individual contract employee will be maintained within the confines of DDEAMC. The Contractor shall provide information, items, and certifications necessary to maintain individual personnel records sufficient to be in compliance with DDEAMC regulations, JCAHO, OSHA, and the Center for Disease Control (CDC) health records requirements. C.1.10.8 COMPOSITE HEALTH CARE COMPUTER TRAINING; Contractor personnel shall operate the Composite Health Care Computer System (CHCS). The government will provide training. Training shall be accomplished as scheduled by the government. C1.10.9 OCCUPATIONAL HEALTH AND SAFETY ADMINISTRATION (OSHA) REQUIREMENTS; All personnel who have potential occupational exposure to blood or body fluids or potentially hazardous shall receive hepatitis B or sign a voluntary declination or have documented proof of immunity to hepatitis B infection. The contractor shall provide certification of immunization, documentation of immunity or a signed declination to the Quality Management Office prior to performing work under this contract. C.1.11 UNIFORMS; Personnel shall dress in accordance with the Department of Medicine policy. All contractor employees shall wear a Government issued identification badge. C.1.12. CONDUCT; The Government reserves the right to refuse acceptance of contract personnel or professional conduct jeopardizes patient care or interferes with the regular and ordinary operation of the facility. Breaches of conduct inclued intoxication or debilitation resulting from drug use, insubordination, theft, patient abuse or other conduct resulting in formal complaint by patients and staff members to designated Government supervisors or patient representative. Standards for the conduct shall mirror those prescribed by current federal personnel regulations; the area supervisor, Contractor and Contracting Officer will deal with issues raised concerning conduct of contract personnel. The final arbiter on questions of acceptability is the Contracting Officer. C.1.12.1 Dereliction or negligence in performing directed tasks resulting in harm or injury to a patient are grounds for refusal of future acceptance of the contract personnel responsible for such services. Consistent or repeated failures to perform assigned task or deficient knowledge to safely perform assigned task are grounds for government refusal of acceptance. C.1.12.2 The Government will remove contract personnel from the workplace shall their actions or conditions create a danger of physical harm to patients, other employees or themselves. The Contracting Officer will notify the Contractor of any actions determined necessary. C.1.13. FORT GORDON VEHICLE REGISTRATION; Contract employee's vehicles shall be registered with the installation Provost Marshall and /or DDEAMC Provost Marshall Office. All contract personnel shall obtain a post registration decal the first duty day from the Provost Marshalls's office, in accordance with USASC&FG Regulation 210-3. Upon termination of employment, the individual shall report back to the Provost Marshall's Office for removal of post registration and facility parking decal. C.1.14. PATIENT CONFIDENTIALITY; Contract personnel shall abide by the Department of Army Regulations and Public Law concerning the confidentiality of patient records as embodied in the Privacy Act of 1974, the Drug and Alcohol Abuse Acts and any other directives concerning the patients privacy. All medical records shall remain the property of the government. C.1.15. INPROCESSING. C.1.15.1 DDEAMC INPROCESSING. All contract personnel shall process through the Quality Management Office on the second floor and Provost Marshall's Office located on the second floor behind the information desk in building #300 (main medical center building). All contract personnel shall also process through the Education and Training Office located on the eleventh floor, east side of the hospital, in accordance with DDEAMC Regulation 600-2. C.1.15.2 PHYSICAL SECURITY/KEY CONTROL. Contract personnel may be issued keys. The Contractor shall reimburse the government for lost keys or lock sets, if the lock sets are required to be replaced as a result of lost keys. C.2 DEFINITIONS. C.2.1 ACTIVE DUTY UNIFORMED SERVICE; Active duty or enlisted officer serving in the Army Forces of the United States. It does not include any duty performed as a member of the Army National Guard under state control. C.2.2 ANCILLARY MEDICAL PERSONNEL. Auxiliary medical personnel, who perform medical services, deliver medical services directly to patients and assist professional medical personnel in performing medical procedures. C.2.9. CONTRACT OFFICER REPRESENTIVE. (COR) An individual designated in writing by the contracting officer to perform specific contract administration duties. C.2.4 CONTROLLED SUBSTANCE. Regulated drugs. C.2.5 CPR. Cardiopulmonary Resuscitation C.2.6 CURRICULUM VITAE. A short account of one's career and qualifications prepared typically by an application for a position. C.2.7. BENEFICIARIES OF THE MILITARY HEALTH CARE SYSTEM; Those individuals entitled to care at the MTF in accordance with AR 40-3. C.2.8 CLINICAL PRIVILEGES. Authorization by the MTF Commander to provide specific patient care and treatment services in the organization that provides current knowledge relevant to the individual's license, education, training, experience, competence, judgment, physical health and mental health. C.2.9 CONTINUEING EDUCATION (CE); Education beyond initial professional preparation that is relevant to the type of care delivered in the organization that provides current knowledge to the individuals field of practice and that us related to findings from QA & I activities. C.2.10 CONTRACTING OFFICER; A person with the authority to enter into, administer and or terminate contracts as well as make findings and determinations on behalf of the government. C.2.11 DEFENSE ENROLLMENT ELIGIBILITY REPORTING SYSTEMS (DEERS); A computerized system, which maintains current eligibility status for all eligible health care beneficiaries. C.2.12 Military time is a 24 - hour clock 8:00 a.m. - 0800 9:10 a.m. - 0910 NOON - 1200 12:18 p.m. - 1218 8:00 p.m. - 2000 MIDNIGHT - 2400 12:01 a.m. - 0001 C.2.13. Military dates are written by placing the day of the minth, followed by the first three letters of the month, followed by the last two digits of the year, i.e. September 3, 1995 -3 Sep 95. C.2.14 PROVIDER. The word provider used throughout the SOW refers to the provider performing dialysis services. C.2.15 PRIVEDGES PROCESS. Process established by DDEAMC and AR 40-68 for granting clinical privileges to health care providers. C.2.16 QUALITY ASSESSMENT AND IMPROVEMENT; An ongoing program designated to objectively and systematically monitor and evaluate the quality and appropriateness of patient care, to pursue opportunities to improve patient care and resolve identified problems. C.2.17 STATEMENT OF WORK; A document that describes the essential and technical requirements of items, materials, or services, including standards used to determine whether the contract requirements have been met. C.2.18. ABBREVIATIONS. CVVH Continuous Venovenous Hemofiltration CVVHD Continuous Venovenous Hemodialysis DA Department of the Army DDEAMC Dwight David Eisenhower Army Medical Center DEA Drug Enforcement Administration DoD Department of Defense EMS Emergency Medical Service ER Emergency Room FL Form Letter FTE Full-time Equivalent HD Hemodialysis JCAHO Joint Commission on Accreditation of Healthcare Organizations MEDCOM Medical Command MEDDAC Medical Department Activity MICU Medical Intensive Care Unit MTF Medical Treatment Facility Pam Pamphlet PD Peritoneal Dialysis QA & I Quality Assessment and Improvement SCUF Slow Continuous Ultra filtration SICU Surgical Intensive Care Unit SLED Sustained Low Efficiency Dialysis SICU Surgical Intensive Care Unit SF Standard Form SOW Statement of Work C.3 GOVERNMENT- FURNISHED PROPERTY AND SERVICES. C.3.1 FACILITIES; The Contractor shall be provided space for performing dialysis services associated with this contract. The Contractor shall make no alterations to the office/clinic space. Contractor's items of clothing and personal effects cannot be secured on the work site during his/her absence. C.3.2 SUPPLIES; The Government will furnish all supplies necessary for medical care, except as stated in paragraph C.4. C.3.3 REGULATIONS/DIRECTIVES/FORMS. All required Army and Department of Defense Regulations, Directives and Forms as listed in paragraphs C.6 shall be made available by the Contracting Office for use/review when requested by the provider. C.3.4 EQUIPMENT; Government equipment currently on hand will be made available to the Contractor for use in performing services, except as stated in Paragraph C.4. C.3.5 SERVICES. C.3.5.1 Complete administrative control and jurisdiction of the patient will remain with the Government. C.3.5.2 The Government will provide ancillary personnel services required for patient care, including but not limited to x-ray technicians, medical assistants, laboratory technicians and nursing personnel. C.3.6 The Government will provide emergency health care for the provider for injuries sustained while on duty at DDEAMC. These services will be billed to the provider at the current full reimbursement rate. C.3.7 PHYSCIAL SECURITY/KEY CONTROL; The Contractor may be issued keys. The provider shall safeguard the keys from loss, theft, or destruction, and must display all keys signed for at scheduled or unscheduled key control inspections. The Contractor shall be required to reimburse the Government for lost keys or lock sets if lock sets are required to be replaced as a result of lost keys. C.3.8 The Contractor will be allowed to use Medical Treatment Facility (MTF) dining facility while on duty. The provider will be charged at the current civilian rate. C.3.9 The MTF will provide required government forms used in the performance of services. C.3.10 The Government will provide files, documents, forms and work papers for all medical records. C.4 CONTRACTOR FURNISHED EQUIPMENT/SUPPLIES; C.4.1 The Contractor shall furnish all equipment required for the full range of inpatient dialysis to include state of the art volumetric machines with portable reverse osmosis systems. Hollow fiber synthetic dialyzer ("kidneys") shall not be reused, and shall be disposed of after each individual treatment. The Contractor is responsible for the maintenance of all Contractor furnished equipment used in performance of this contract. C.4.2 The Contractor shall furnish dialysis supplies; to include parenteral items routinely used in dialysis, such as normal saline, heparin and appropriate solutions and additives for the performance of HD, PD, CVVH, CVVHD, SCUF, and SLED. C.5 SPECIFIC TASK. C.5.1 GENERAL; The provider shall perform the full range of dialysis treatment to include but not limited to HD, PD, CVVH, SCUF, and SLED. The quality of medical practice shall meet or exceed the standard of professional practice for the healthcare provided as determined by the same authority (AR-40-1) that governs military medical professionals in the same discipline and as specified below. On an as needed basis, in collaboration with the DDEAMC nephrologists, the provider shall provide education on dialysis treatment modalities to nursing staff caring for patients receiving dialysis treatment. C.5.1.1 The provider shall provide medical care for/to all authorized beneficiaries as defined in AR 40-3. The government will determine patient eligibility for care. The provider shall refer all questions concerning patient eligibility for care to the Patient Administration Division (PAD) of DDEAMC. C.5.2 INPATIENT CARE. The provider is responsible for providing the full range of dialysis inpatient treatments (HD, PD, CVVHD, SCUF, and SLED, on an emergent basis to patients in special treatment areas as well as to patients who require chronic dialysis. This care should include the following if necessary- crash carts usage, dressing changes, (related to dialysis treatment) and suture removal (dialysis related). C.5.2.1 Advise the contracting officer of problems encountered concerning meeting the needs of patients treated, including problems concerning Government personnel. C.5.2.2 Review any case identified as potentially unacceptable care by the in - house peer review and/or DoD External Civilian Peer review process and respond by submission of required forms and supporting documentation, if necessary, to the contracting officer within 14 days. C.5.3 The requirement to perform transient outpatient dialysis care may occur. This is viewed to occur infrequently. C.5.4 The provider will provide special pricing for a plasma exchange procedure when needed. C.5.5 The provider shall ensure that all JCAHO standards for professional medical and nursing care shall be met during performance of this task order. In addition, the provider shall meet the standards found in the SUB U of the Medicare Requirements applicable to dialysis procedures. These standards shall be applied to all patients. C.5.6 All types of dialysis (HD,PD, CVVH, CVVHD, SCUF, and SLED) performed at DDEAMC by the provider will be under the direction of the DDEAMC Nephrologists. The Nephrologists at DDEAMC will, after assessing the needs of the patient and after obtaining informed consent, determine the most suitable type of dialysis. (HD,PD,CVVH,CVVHD, SCUF, and SLED for that particular patient, the type of dialyzer, the composition of the dial sate, the duration and frequency of the treatments and all technical details pertaining to the procedure itself. The DDEAMC nephrologists will also determine the urgency of the treatment and will notify the Contractor, who will provide the dialysis services within a reasonable amount of time appropriate to the degree of urgency. C.5.7 The Contractor shall notify the Chief, Department of Medicine or their representative when stored dialysis equipment is transported out of the Medical Center. C.5.8 The Contractor shall provide a copy of the equipment cleaning and maintenance record to the Chief, Logistics or their representative. SECURITY CONSIDERATIONS CONTRACTOR PERSONNEL ASSIGNED TO THIS ORGANIZATION WILL NOT BE REQUIRED ACCESS TO CLASSIFIED INFORMATION. HOWEVER, THEY MAY REQUIRE ACCESS TO "OFFCIAL USE Technical Exhibit 1 Quality Assurance Plan PERFORMANCE OBJECTIVESSTANDARDSREF PWSMETHOD OF ASSESSMENTREMEDY Provide quality dialysis careMeet or exceed JCAHO standardsPara C.1.1, C.1.5, C5.1-C.5.7Observation Address w/ Contractor Contractor response timeMaintain 30 minute call response timePara C.1.3ObservationAddress w/ Contractor Hours of performance7 days a week, 24 hours a dayPara C.1.9-C.1.9.1Observation, Log monthly work hour reportAddress w/ Contractor Comply with qualification, training, and licensure requirements100%Para C.1.10-C.1.10.5, C.1.10.7Observation, evaluation of Contractor provided pre-employment packets for personnel, maintain competency filesAddress w/ Contractor Comply with Security Requirements100%Para C.3.7, C.1.15.2, C.1.10.1Quarterly Key InventoryAddress w/ Contractor Dialysis equipment maintenance100%Para C.5.8Observation, maintain logsAddress w/ Contractor Comply with Health and Immunization Requirements100%Para C.1.10.5-C.1.10.9COR Maintains LogAddress w/Contractor
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV11T0336/listing.html)
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
 
Record
SN02567187-W 20110910/110909000005-9b1291b9bbda6cd6bdda6c4e0c94a418 (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.