Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2012 FBO #3724
DOCUMENT

Q -- Ophthalmology Services On-Site Wichita - Attachment

Notice Date
2/2/2012
 
Notice Type
Attachment
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;4101 S 4th Street Trafficway;Leavenworth KS 66048;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25512R0426
 
Response Due
3/31/2012
 
Archive Date
4/30/2012
 
Point of Contact
Leah Thurman
 
E-Mail Address
6-1117<br
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE. This notice is a market survey and is for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR QUOTES AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. The VA NCO 15 Contracting Center has been tasked to solicit for and award Ophthalmology Services for the Wichita VAMC, Wichita, KS. Potential sources are responsible for diagnostic and therapeutic evaluation and management of retinal pathology, utilization of onsite Yag/Argon ophthalmic laser for appropriate retinal pathologies, evaluation and treatment of all aspects of acute and chronic retinal diseases, including retinal detachments, retinal holes, diabetic retinopathy, macular degeneration, macular hole, etc. Inpatient/outpatient consults, emergency call and off site treatment if onsite services are not available when needed. The contractor will utilize the VA-CPRS computer system to document physicians orders and progress notes. The contractor must be a board certified or board eligible Ophthalmologist licensed and registered in a State, Territory, or Commonwealth of the United States or the District of Columbia. No solicitation is currently available at this time. The proposed project is anticipated to be a firm, fixed-price requirement to provide 4 hours a week,.1 FTE to Wichita VAMC. The type of solicitation to be issued will depend upon the responses to this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requested. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of the Business Community to include Small Business or Large Business, Veteran Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZONE, 8(a), etc., to complete and perform a Firm, Fixed-Price contract. After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published at a later time. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The duration of the requirement is for a base period (start-TBD and end TBD) with four each one-year option periods. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 621111. The Small Business Size Standard for this acquisition is $10M. Please limit your response to this synopsis to five pages and please include the following information: -Your company's name, addresses, point of contact, phone number, and email address. -Your company's interest in submitting a proposal on the solicitation when it is issued. -Your company's capability to meet the requirements. -Your company's capability to perform a contract of this type and comparable work performed within the past three years to include a brief description of the project, customer's name, phone number and address, period of performance, and dollar value of the project. -Your company's Business Size (Large or Small) and Socioeconomic Status (Veteran Owned, SDVOSB, HUBZONE, 8(a), etc.). -Your company's Joint Venture information (if applicable and include copy of agreement) - existing and potential Please provide a capability statement addressing your organization's ability to perform as a prime contractor the work described in the draft PWS (below). Index your firm's capabilities to the tasks in the draft PWS so that your firm's capabilities can be readily assessed. This is not request for proposal and in no way obligates the Government to award any contract. Interested companies are asked to respond to this Sources Sought Notice no-later-than 4:00 PM (CST) on February 29, 2012. All interested companies must be registered in CCR (http://www.ccr.gov/) and ORCA https://orca.bpn.gov to be eligible for award of government contracts. Please mail, fax or email your response to: Leah Thurman NCO 15 Contracting Office, 4101 S. 4th Street Trafficway, Leavenworth, KS; 60048, Email Address: leah.thurman@va.gov, Fax No. (913) 946-1198. Please reference the following solicitation number in the subject line of all correspondence submitted: VA255-12-R-0426. Note: Email is the preferred method when receiving responses to this notice. DRAFT: Performance Work Statement STATEMENT OF WORK Personnel rendering services under this contract are not subject, either by the contract's terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees. The Contractor is not guaranteed a forty (40) hour work week or an eight (8) hour day. The Contractor will be reimbursed at the hourly rate for the physician providing actual hours of services rendered. 1.The Contractor will provide the services of 0.1 FTE Ophthalmologist (MD) to provide coverage and performance of necessary treatment of patients requiring Ophthalmology services. The Contractor shall possess actual capacity to provide: a.Diagnostic and therapeutic evaluation and management of retinal pathology. Utilization of onsite Yag/Argon ophthalmic laser for appropriate retinal pathologies. Evaluation and treatment of all aspects of acute and chronic retinal diseases, including retinal detachments, retinal holes, diabetic retinopathy, macular degeneration, macular hole, etc. Inpatient/outpatient consults, emergency call and off site treatment if onsite services not available. b.Ophthalmic evaluation and treatment services Wednesday 8:00 a.m. to approximately 12:00 p.m. weekly onsite and will utilize the VA-CPRS computer system to document physicians orders and progress notes. The VA, for insurance of quality of care, will monitor patient outcomes of the services provided. 2.The Contract provider shall provide additional coverage in the absence of the VA ophthalmologist/Optometrists (absences for leave or educational training) to meet the patient caseload demands of an estimated 250-300 patients per year. 3.Should the VA using service require a change in the scheduled hours or days in the performance of surgery or clinic, Contracting Officer will forward a written request to the Contractor for a change 14 days prior to commencement of such change. The Contractor shall have 7 days to respond to the request for schedule change. Both parties must be in agreement to the proposed schedule change. 4.The Contract Ophthalmologist will spend approximately 95% of their scheduled time in direct patient care. The remainder of their scheduled time, 5%, will be used in administrative duties, to include but not limited to, charting, training, attending meetings. 5.Payment to the contractor shall be made monthly in arrears, upon receipt of a properly prepared invoice to include contract name, dates and description of services and purchase order number. No payment will be made without proper billing. Payments to the contractor will be made by Electronic Fund Transfer. (EFT). 6.Clinical or other medical records pertaining to the patients shall be exchanged. Reports shall be provided utilizing the VA Computerized Patient Record System (CPRS) to include physician orders and progress notes. 7.Patient outcomes of services provided will be monitored by the VAMC for assurance of quality of care. 8. All appointments shall be completed within 14 days of receipt of consult. 9.The contractor shall develop and implement procedures to identify, prevent, correct, and ensure no recurrence of defective services. The contractor shall provide a copy of the quality control plan to the contracting officer no later than the orientation date, and updated copies as changes occur. Records of all inspections conducted by the contractor and corrective action taken shall be made available to the government upon request. a)Completion of staff notes b)Dictation of operative notes c)Complications d)Customer service/Patient complaints 10.The services to be performed by the Contractor will be performed in accordance with the VA policies and procedures and the regulations of the medical staff by-laws of the VA facility. (By-laws attached) 11.Neither the Contractor nor Contractor's employee is authorized under this contract to refer any VAMC patients for additional medical treatment. Separate authorization by the VAMC will be necessary for continued care or referral for additional medical treatment. 12.All contract physicians and assistants will participate in VA Hospital orientation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25512R0426/listing.html)
 
Document(s)
Attachment
 
File Name: VA255-12-R-0426 VA255-12-R-0426.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=293338&FileName=VA255-12-R-0426-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=293338&FileName=VA255-12-R-0426-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Wichita VAMC;5500 East Kellogg Ave;Wichita, KS
Zip Code: 67218
 
Record
SN02666554-W 20120204/120202235054-80e099a80eae59ca268e36ccc2e88999 (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.