Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2017 FBO #5697
DOCUMENT

Q -- Interventional Radiology Services-614 - Attachment

Notice Date
6/27/2017
 
Notice Type
Attachment
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24917R0851
 
Response Due
7/14/2017
 
Archive Date
9/12/2017
 
Point of Contact
Charlene R. Neal
 
Small Business Set-Aside
N/A
 
Description
VA249-17-R-0851 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, and is being conducted under FAR Part 13; Simplified Acquisition Procedures. VA will conduct the procurement according to a combination of FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures 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. (ii) This solicitation is issued as a request for proposal (RFP). Submit a written proposal on RFP VA249-17-R-0851. The Government requires that all Contractors doing business with this office be registered with System for Award Management (SAM). No award can be made to a company not registered in SAM. For additional information and to register in SAM, please access the following web site: https://www.sam.gov/. Please ensure that the representations and certifications are completed to allow Contracting Officers to determine your business size and any additional socio-economic categories, if applicable. In order to register, all firms must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by accessing the Dunn & Bradstreet website at https://iupdate.dnb.com/iUpdate/newUserLogin.htm or by phone at (800) 234-3867. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-95, January 13, 2017. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR). (iv) This solicitation is issued as an unrestricted procurement. The North American Industry Classification System (NAICS) code is 621111 and the size standard is $11M. (v) This combined synopsis/solicitation is for the following commercial service: This is a non-personal services contract for on-call consultation coverage in the absence of the Memphis VA Medical Center (VAMC) staff Interventional Radiologists during weeknights (Monday through Thursday from 4:30 PM to 8:00 AM), weekends (4:30 PM Friday through 8:00 AM Monday), holidays and periodic vacation days.   The Interventional Radiologists shall perform and interpret emergency specialized procedures that require the expertise of an Interventional Radiologist. The physician(s) care shall cover the range of services as would be provided in a state-of-the-art civilian medical treatment facility and the standard of care shall be of a quality, meeting or exceeding currently recognized national standards as established by The American College of Radiology. (vi) The period of performance is indicated below: Base Period September 1, 2017 August 31, 2018 CLIN 0001- Holiday On-Call Rate for Board Certified or Board Eligible Interventional Radiologist in accordance with the Performance Work Statement 10 Holidays per year, (24 hours coverage, 12:01 a.m. to midnight). CLIN 0002-Vacation Days- On-site coverage seven weeks of the year for vacations. The hours on-site will be 8:00 a.m. to 4:30 p.m., Monday through Friday. CLIN 0003- Weekend On-Call Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement (Weekend hours are from 4:30 p.m. Friday to 8:00 a.m. Monday) CLIN 0004-Weeknight On-Call Rate for Board Certified or Board Eligible Interventional Radiologist in accordance with the Performance Work Statement (Weeknights are Monday through Thursday, hours beginning at 4:30 p.m. to 8:00 a.m. the following morning). Option Year 1 - Period of Performance: September 1, 2018 August 31, 2019 CLIN 1001- Holiday On-Call Rate for Board Certified or Board Eligible Interventional Radiologist in accordance with the Performance Work Statement 10 Holidays per year, (24 hours coverage, 12:01 a.m. to midnight). CLIN 1002-Vacation Days- On-site coverage seven weeks of the year for vacations. The hours on-site will be 8:00 a.m. to 4:30 p.m., Monday through Friday. (The VA will give the contractor a minimum of two weeks notice that on-site coverage will be needed under CLIN 0002 and the corresponding option years Vacation Days coverage CLINs). CLIN 1003- Weekend On-Call Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement (Weekend hours are from 4:30 p.m. Friday to 8:00 a.m. Monday) CLIN 1004-Weeknight On-Call Rate for Board Certified or Board Eligible Interventional Radiologist in accordance with the Performance Work Statement (Weeknights are Monday through Thursday, hours beginning at 4:30 p.m. to 8:00 a.m. the following morning). Option Year 2- Period of Performance: September 1, 2019 August 31, 2020 CLIN 2001- Holiday On-Call Rate for Board Certified or Board Eligible Interventional Radiologist in accordance with the Performance Work Statement 10 Holidays per year, (24 hours coverage, 12:01 a.m. to midnight). CLIN 2002-Vacation Days- On-site coverage seven weeks of the year for vacations. The hours on-site will be 8:00 a.m. to 4:30 p.m., Monday through Friday. (The VA will give the contractor a minimum of two weeks notice that on-site coverage will be needed under CLIN 0002 and the corresponding option years Vacation Days coverage CLINs). CLIN 2003- Weekend On-Call Rate for Board Certified or Board Eligible Otolaryngology Physician services in accordance with the Performance Work Statement (Weekend hours are from 4:30 p.m. Friday to 8:00 a.m. Monday) CLIN 2004-Weeknight On-Call Rate for Board Certified or Board Eligible Interventional Radiologist in accordance with the Performance Work Statement (Weeknights are Monday through Thursday, hours beginning at 4:30 p.m. to 8:00 a.m. the following morning). (vii) PERFORMANCE WORK STATEMENT INTERVENTIONAL RADIOLOGISTS ON-CALL SERVICES COVERAGE PERFORMANCE WORK STATEMENT (PWS) I. General Description The Contractor shall furnish board certified Interventional Radiologists with Fellowship training in Interventional Radiology to provide coverage in the absence of the full-time VAMC Interventional Radiologists. 1. On-Call Coverage for Interventional Radiology Services - The Contractor will provide on-call consultation coverage in the absence of the Memphis VA Medical Center (VAMC) staff Interventional Radiologists during weeknights (Monday through Thursday from 4:30 PM to 8:00 AM), weekends (4:30 PM Friday through 8:00 AM Monday), holidays and periodic vacation days.   The Interventional Radiologists shall perform and interpret emergency specialized procedures that require the expertise of an Interventional Radiologist. The physician(s) care shall cover the range of services as would be provided in a state-of-the-art civilian medical treatment facility and the standard of care shall be of a quality, meeting or exceeding currently recognized national standards as established by The American College of Radiology. a. Consultation services requested from the VA Emergency Department - Consultation services requested from the VA Emergency Department are expected to be made on-site at the Memphis VAMC in a timely manner, as agreed upon with the consulting physician, unless the requesting provider determines that an initial telephone consultation is sufficient.   All on-site Emergency Department consultations will be documented in the Computer Patient Record System (CPRS). b. Consultations services requested for VA hospitalized patients - Consultation services for VA hospitalized patients include direct (on-site, in-person) care of new consults, as deemed appropriate by the primary team. Response to the initial call is expected within 30 minutes. Consultation services necessitating direct care are expected to be seen on-site at the Memphis VAMC in a timely manner, as agreed upon with the consulting physician. Consultation services for VA hospitalized patients also includes inpatient follow-up, as determined by the Memphis VAMC staff Interventional Radiologist Attending or Primary Team. The Contractor will continue to provide inpatient follow-up through the coverage period if clinically required. All on-site inpatient consultations/rounding will be documented in the Computerized Patient Record System (CPRS). c. Abnormal/Critical Findings: The contractor shall identify and communicate emergent test results to the patient's ordering practitioner or to the practitioner's surrogate or supervisor as appropriate. Document the time and means of such communication, and the name of the practitioner contacted, in the medical record. Important findings that require emergent attention will be immediately and directly communicated to the patient's treating practitioner. A finding will be judged emergent by the contractor radiologist if the finding has the potential to be life threatening or could cause serious harm, and requires a rapid intervention or change in patient management. Direct communication consists of a face to face or telephone conversation for immediate life threatening findings. The time and means of such communication, and the name of the person contacted, will be entered into the dictated radiographic report. The contractor will ascertain that the communication has been understood. If the ordering practitioner cannot be contacted, the report will be directly communicated to the practitioner's surrogate or to the other responsible, ER provider, or to floor nurse, ICU nurse or supervisory nurse. Suitable surrogates include the practitioner's supervisor or preceptor, or another practitioner who may take further, appropriate diagnostic or therapeutic action. 2. Transfer of Care/Hand-off Dialogue It is expected that a transfer of care/hand-off dialogue will take place between the Memphis VAMC staff Interventional Radiologists and the Contractor s physician on-call. At the beginning of the on-call coverage period, the Memphis VAMC staff Interventional Radiologists will contact the Contractor s on-call physician to discuss any inpatient who will need direct care follow-up during the coverage period. Likewise, at the end of the coverage period, the Contractor s on-call physician will contact the Memphis VAMC staff to discuss new consults and follow-up cases seen during the coverage period. This communication is expected to be made by 8:00 AM the morning the coverage period ends. 3. Schedule: The Contractor will provide a schedule to the VA Radiology s Administrative Officer which contains 90 days of on-call rotation. This will be provided at least three (3) working days before the start of each month. The on-call schedule will be faxed to (901) 577-7466 or e-mailed to the Administrative Officer for Radiology Service/Contracting Officer s Representative (COR). The schedule will provide the names of the Interventional Radiologists assigned to provide care, as well as contact information, such as pager or cell phone numbers. 4.Credentialing: All contract healthcare providers (HCP) assigned to provide general Interventional Radiology coverage must be credentialed and privileged at the Memphis VAMC. II. DEFINITIONS Terms used in this contract shall be interpreted as follows unless the context expressly requires a different construction and/or interpretation. In case of a conflict in language between the Definitions and other sections of this contract, the language in this section shall govern. Contracting Officer (CO) The person executing this contract on behalf of the Government with the authority to enter into, administer contracts, and make related determinations and findings. Contracting Officer s Representative (COR) - A person appointed by the CO to take necessary action to ensure the contractor performs in accordance with and adheres to the specifications contained in the contract and to protect the interest of the Government. The COR shall report to the CO promptly any indication of non-compliance in order that appropriate action can be taken. Credentialing is the systematic process of screening and evaluation qualification and other credentials, including licensure, required education, relevant training and experience, and current competence and health status Privileging (Clinical Privileging) Is the process by which a practitioner, licensed for independent practice; i.e., without supervision, direction, required sponsor, preceptor, mandatory collaboration, etc.; is permitted by law and the facility to practice independently, to provide specific medical or other patient care services within the scope of the individual s license, base upon the individual s clinical competence as determined by peer references, professional experience, health status, education, training, and licensure. Clinical privileges must be facility-specific and provider- specific. Veterans Health Administration (VHA) -- The central office for administration of the VA medical centers throughout the United States. The VHA is located in Washington, DC Veterans Integrated Services Network (VISN) The regional oversight for the VA Medical Centers in Memphis, TN, Tennessee Valley Healthcare System (Murfreesboro and Nashville), Louisville, KY, Lexington, KY, Huntington, West Virginia and Mt. Home, TN. The VISN office is located at 1801 West End Avenue, Suite 1100, Nashville, TN 37203. Veterans Integrated Systems Technology Architecture (VISTA) A PC based system that will capture and store clinical imagery, scanned documents and other non-textual data files and integrates them into patient s medical record and with the hospital information system. Computerized Patient Record System (CPRS) Electronic patient charting system that houses all pertinent healthcare records; i.e., laboratory and radiology results, doctor s orders, progress notes, surgery reports, etc. III. QUALITY & QUALIFICATION REQUIREMENTS A. The Contractor must ensure that all Contractor employees or sub-contractors providing services under this contract are fully trained and completely competent to perform the required services. The contractor shall provide Contractor employees who are certified by The American Board of Radiology (ABR) in addition to Fellowship training in Interventional Radiology. The Contractor is required to maintain records that document competency/performance level of Contractor employees and sub-contractors providing services under this contract in accordance with the Joint Commission (JC) and/or other regulatory body requirements. The Contractor shall provide current copies of these records upon request. IV. CREDENTIAL REVIEWS/PRIVILEGING A.   General:  The requirements of the government as stated in this Performance Work Statement (PWS) are for the performances of professional medical services.   The Director of the Memphis VAMC grants privileges.   As a prerequisite to performance under the contract, the HCP must be credentialed and privileged at the Memphis VAMC. B.   The credentialing and privileging process is subject to the provisions of 38 U.S.C. 4104 (1); VHA Handbook 5005, Staffing; VHA Handbooks 1100.17 (National Practitioner Data Bank Reports) and 1100.19 (Credentialing and Privileging) dated October 15, 2012 ; VHA Directive 2012-030, Credentialing of Health Care Professionals, dated October 11, 2012; VHS&RA Supplements; Joint Commission; Medical Staff By Laws; and Memphis VAMC Policy Memorandum 11-21, Credentialing and Privileging Process, dated April 28, 2016.   The Clinical Privileges Committee, a subcommittee of the Healthcare Delivery Board (formerly Clinical Executive Board) established at the VAMC is the sole agency authorized to accept applications for privileges submitted by the Contractor to the Chief of Staff and to make recommendations on the granting of privileges.   The Memphis VAMC Director is the final authority for approving or denying clinical privileges for all contract physicians. C.   Request for privileges and completed credential packets shall be submitted sixty (60) days prior to the physician s scheduled start date. V. ENVIRONMENT OF CARE: A. The Government will schedule and provide an initial orientation which all Contract staff shall attend prior to working in the VAMC. B. The VAMC will provide all other ancillary personnel services required for performing services, including but not limited to nursing personnel, x-ray technologists, medical assistants and laboratory technicians. C. The Government will provide an identification badge to each Contract personnel during facility orientation. The Contract personnel shall wear the identification badge on the front of the outer clothing at all times when providing services under this contract. D. The Government shall provide space for consultations, conferences, study, telephone conversations and privacy. VI. HIPPA AND OTHER REGULATORY COMPLIANCE A. Contractor shall adhere to provisions of Public Law 104-191, Health Insurance Portability and Accountability Act (HIPPA) of 1996 and the National Standards to Protect the Privacy and Security of Protected Health Information (PHI). B. Contractor shall provide healthcare to patients seeking such from or though VA. As such, the Contractor is considered part of the Department health activity for purposes of the following statutes and the VA regulations implementing these statutes: The Privacy Act, 5 U.S.C. 552A and 38 U.S.C. sections 5701, 7705, and 7332. Contractor and its employees may have access to the VA patient medical records to the extent necessary for the Contractor to perform the contract. Contractor and its employees are subject to the penalties and liabilities provided in the statutes and regulations mentioned in the paragraph for unauthorized disclosures of such records and their contents. VII. INFECTION CONTROL A. Standard precautions will be observed for all patients. Persons with infectious diseases that require additional precautions will be cared for utilizing transmission based isolation. Contact with body fluids will be minimized when possible. All supervisors will evaluate all procedures, supplies, and equipment on an ongoing basis to assure employee and patient safety. B. Needles and syringes will be placed in puncture resistant containers that are labeled, "Biohazard." The recapping of needles is contraindicated. Sharps will be handled with care and disposed of in accordance with Memphis VAMC Memorandum, Disposal of Needles, Sharp Objects, Syringes, and Regulated Medical Waste. C. The service will comply with the Occupational Health program, which includes annual screening for Tuberculosis (TB) and appropriate testing and screening after exposures to contagious diseases. Hepatitis B vaccine is available on a voluntary basis to all employees who have contact with blood and body fluids. All exposures to blood and body fluids and other contagious disease will be reported to Occupational Health for follow-up. Appropriate screening and prophylaxis will be initiated. D. All contract healthcare providers (HCP) assigned to provide Interventional Radiology coverage at the Memphis VAMC will participate in the Respiratory Protection Program by completing Fit Testing or providing documentation to validate this has been completed at another facility. VIII. ADMINISTRATIVE TASKS/TIME AND CLINICAL TASK/TIME The Contractor may be required to attend meetings with the Memphis VAMC medical and administrative staff to discuss patient care and contract issues. IX. National Holidays: The 10 holidays observed by the Federal Government are: New Year s Day Martin Luther King s Birthday Presidents Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day Any other day specifically declared by the President of the United States to be a national holiday. X. Services Requested: On-site coverage seven weeks of the year for vacations. The hours on-site will be 8:00 a.m. to 4:30 p.m, Monday through Friday. (The VA will give the contractor a minimum of two weeks notice that on-site coverage will be needed under CLIN 0002 and the corresponding option years Vacation Days coverage CLINs). Weeknights On-Call, 260 nights per year (weeknights-- Monday-Thursday from 4:30 PM to 8:00 AM) Weekends On-Call, 52 weeks per year (4:30 p.m. Friday to 8:00 a.m. Monday) Holidays On-Call, 10 per year (24 hr. call) Minimum of two Interventional Radiologists that have experience with: Chemoembolization of liver tumors Percutaneous ablation of liver and kidney tumors Traditional IR Procedures Please note: There are an estimated 60 procedures done after hours annually XI. Qualifications of Interventional Radiologists: Board certified by ABR Fellowship in Interventional Radiology BLS Certification, ACLS Certification, Experience, Curriculum Vitae, License, DEA Registration, NPI Number, Medical Diploma. Key Personnel Years of Experience including Residency (viii). PRICE/COST SCHEDULE: The Contractor shall furnish board eligible and/or board certified Interventional Radiologists to provide On-call coverage, Consultation services requested from the VA Emergency Department, Consultation services requested for VA hospitalized patients and Transfer of Care/Hand-off Dialogue. It is understood that the quantities presented for bid are good faith estimates and that the actual number may be greater or less than those stated. Place of Performance: Services shall be provided on site, Memphis VA Medical Center, 1030 Jefferson Ave, Memphis, TN 38104. Pricing Instructions: The offeror is instructed to include all other than price and cost information supporting the proposed price as directed in Instructions to Offerors addendum to 52.212-1. The Contractor shall submit a list of key personnel who will be providing the services for the Memphis VA Medical Center. Key personnel shall be credentialed and be available for scheduling to meet the requirements of the contract. Note of Importance: The vacation days hourly rate will be in effect whenever the contractor is on call (weeknights, weekends, or holidays) and must come on site. The hourly rate will commence when they are physically on-site, until that time the applicable on-call rate will apply. BASE PERIOD: September 1, 2017 August 31, 2018 CLIN Description Unit Est. Qty. Unit Price Total Extended Cost 0001 Holiday On-Call Hours 240 0002 Vacation Days Hours 297.5 0003 Weekends On-Call Hours 3302 0004 Weeknights On-Call Hours 4030 Total Cost of Base Period: $_________________ OPTION YEAR 1: September 1, 2018 August 31, 2019 CLIN Description Unit Est. Qty. Unit Price Total Extended Cost 1001 Holiday On-Call Hours 240 1002 Vacation Days Hours 297.5 1003 Weekends On-Call Hours 3302 1004 Weekdays On-Call Hours 4030 Total Cost of Option Year One: $ ______________ OPTION YEAR 2: September 1, 2019 August 31, 2020 CLIN Description Unit Est. Qty. Unit Price Total Extended Cost 2001 Holiday On-Call Hours 240 2002 Vacation Days Hours 297.5 2003 Weekends On-Call Hours 3302 2004 Weekdays On-Call Hours 4030 Total Cost of Option Year Two: ______________ Interventional Radiologists vacation coverage/On-Call Services Total Estimated Contract Amount: $______________________ CONTRACT CLAUSES and SOLICITAITON PROVISIONS (ix) FAR 52.212-1, Instructions to Offerors Commercial Items (Jun 2008), applies to this acquisition. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS PLEASE PROVIDE THE FOLLOWING TO CHARLENE R. NEAL, CONTRACTING OFFICER at Charlene.neal2@va.gov: Complete and return Contractor s Contract Administration Data below. Complete and return price/cost schedule in Section viii. Complete and return provision 52-212-3 with proposal. Offerors may either (1) complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online through www.sam.gov Proposal Content: Your proposal shall be separated into three (3) distinct sections corresponding to the three evaluation factors: Technical, Past/Present Performance and Price, as noted below. Submission Instructions: PROPOSAL DUE DATE: Proposals are due no later than noon, Central Time, Friday, July 14, 2017. Proposals may be emailed to charlene.neal2@va.gov or mailed to Charlene Neal, c/o Dept. of Veterans Affairs, 1639 Medical Center Parkway, Suite 400, Murfreesboro, TN 37129. It is the responsibility of the offeror to follow-up and ensure the proposal was received electronically. Several emails may be sent to ensure that attachment size limitations are not exceeded. Proposal shall not be FAXED. Proposal Format: All attachments/documents shall be on 8 ˝ x 11 paper. All electronic files shall be in MS Word.doc or.docx and MS Excel.xls format, as applicable (unprotected). Price Schedule: Offerors are reminded that pricing schedules are necessary for the base year and EACH option period. Price proposals should be separate and distinct from the technical proposal. All questions regarding this solicitation must be submitted to the Contracting Officer in writing by email to charlene.neal2@va.go no later than noon, Central Time, Wednesday, July 5, 2017. All responses to questions will be incorporated into an amendment and posted to the Federal Business Opportunities (FBO) website at www.fbo.gov. The offeror shall bear all costs associated with the preparation and submission of the proposal. The Veterans Affairs will in no case be responsible or liable for the cost incurred by the offeror, regardless of the outcome of the selection process. The Government reserves the right to make award without discussions. The Government also reserves the right to make no award. Requirements upon acceptance of proposal and issuance of a contract, contractor must agree to the following (which are attached): Contractor Rules of Behavior; Certification of Immigration; Quality Assurance Surveillance Plan; and VSC Security Papers. CONTRACT ADMINISTRATION DATA Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: Company Name: Administrative Contact: Clinical Contact: Title: Address: City/State/Zip: Overnight Mailing Address (if different from above): _________ _________ Phone & Fax No.: Phone: Fax: ______________ E-Mail: _______________________________ 2nd email contact: ________________________________ Tax ID No.: ___________________________________ DUNS No.: ________________________________________ b. GOVERNMENT: Charlene R. Neal, Contracting Officer (CO) Reginald Penny, Contracting Officer Representative (COR) Department of Veterans Affairs Network Contract Activity - VISN 9 1639 Medical Center Parkway, Suite 400 Murfreesboro TN 37129 Overnight Mailing Address: Same as above Phone: (615) 225-5640 Fax: (615) 849-3789 E-Mail: charlene.neal2@va.gov (End of Addendum to 52.212-1) (x) FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, past performance and price. FACTOR 1: TECHNICAL: Contractor is to submit evidence of the following for each surgeon that is proposed: Board certified by ABR Fellowship in Interventional Radiology BLS Certification, ACLS Certification, Experience, Curriculum Vitae, License, DEA Registration, NPI Number, Medical Diploma. Contractor is to also submit the following: Sample 90 day on-call schedule; Proof of insurance; Signed Certification of Immigration (Attachment 1); Signed Contractor Rules of Behavior (Attachment 2); Brief history of entity and how they propose to meet the requirements as stated in the Performance Work Statement.. FACTOR 2: PAST PERFORMANCE: Offerors will be evaluated on their record of Past Performance in accordance with Far Part 15.305. Past performance information is one indicator of an offeror s ability to perform the contract successfully. The currency and relevance of the information, source of the information, context of the data, and general trends in contractor s performance shall be considered. The Government may use Contractor Performance Assessment Reporting System (CPARS), information in the offeror s proposal, and information obtained from other sources. Past performance will be evaluated as outstanding, satisfactory or unsatisfactory. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. Offerors are reminded to provide the Past Performance Information sheets to three (3) Business References who have first-hand knowledge of performance relative to the same type of services, dates of contract performance, and total contract amount. Your business references should send this form to Charlene Neal, Contracting Officer at charlene.neal2@va.gov, no later than July 14, 2017. FACTOR 3. PRICE FACTOR Price will be evaluated on the basis of their reasonableness and accuracy to the Government. The offeror shall submit its best terms from Section (VIII), PRICE/COST SCHEDULE. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptanceof an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End  of  Provision)                                                                                 (xi) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Apr 2012) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via the SAM website at https://www.sam.gov/portal/public/SAM/. If an offeror has not completed the annual representations and certifications electronically at the SAM website https://www.sam.gov/portal/public/SAM/ the offeror shall complete only paragraphs (c) through (o) of this provision. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition; as well as the following addenda: N/A, no addenda to subject clause. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Order-Commercial Items, applies to this acquisition. Within FAR 52.212-5, the following clauses apply: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6, Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.219-28 Post Award Small Business Program Representation, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50 Combating Trafficking in Persons, FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-34 Payment By Electronic Funds Transfer-Other than System for Award Management, FAR 52.222-17 Non-displacement of Qualified Workers (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are incorporated by reference: FAR 52.203-3 Gratuities, FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper, FAR 52.204-7, System for Award Management; FAR 52.204-9 Personal Identity Verification of Contractor Personnel, FAR 52.204-13 System for Award Management Maintenance, FAR 52.209-7 Information Regarding Responsibility Matters, 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters, FAR 52.219-1 Small Business Program Representations, FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.223-10 Waste Reduction Program, FAR 52.224-1 Privacy Act Notification; FAR 52.224-2 Privacy Act, 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations and Certifications, FAR 52.228-5 Insurance Work On A Government Installation, 52.232-19 Availability of Funds For The Next Fiscal Year, FAR 52.232-39 Unenforceability of Unauthorized Obligations, FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management, FAR 52.232-40 Providing Accelerated Payment to Small Business Subcontractors, FAR 52.246-16 Responsibility for Supplies, CL-120 Supplemental Insurance Requirements; 52.233-2 Service of Protest; VAAR 852.203-70 Commercial Advertising; VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, VAAR 852.237-7 Indemnification And Medical Liability Insurance; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.273-76 Electronic Invoice Submission; VAAR 852.233-70 Protest Content/Alternative Dispute Resolution; VAAR 852.233-71 Alternate Protest Procedure. The following additional contract requirement(s) or terms and conditions apply to this acquisition and are incorporated by full-text: FAR 52.217-8 Option to Extend Services (fill-in = 60 days); 52.217-9 Option to Extend the Term of the Contract (fill-ins = 30 days of contract expiration, 60 days, respectively), 52.252-2 Clauses Incorporated by Reference (fill-in = https://www.acquisition.gov/?q=browsefar)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24917R0851/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-17-R-0851 VA249-17-R-0851_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3618349&FileName=VA249-17-R-0851-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3618349&FileName=VA249-17-R-0851-000.docx

 
File Name: VA249-17-R-0851 Attachment 1-KTR Rules of Behavior.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3618350&FileName=VA249-17-R-0851-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3618350&FileName=VA249-17-R-0851-001.pdf

 
File Name: VA249-17-R-0851 Attachment 2-Contractor Certification of Immigration.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3618351&FileName=VA249-17-R-0851-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3618351&FileName=VA249-17-R-0851-002.pdf

 
File Name: VA249-17-R-0851 Attachment 3 -QASPAngioInterventional-5-26-17.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3618352&FileName=VA249-17-R-0851-003.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3618352&FileName=VA249-17-R-0851-003.doc

 
File Name: VA249-17-R-0851 Attachment 4-VSC Security Request Package blank.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3618353&FileName=VA249-17-R-0851-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3618353&FileName=VA249-17-R-0851-004.pdf

 
File Name: VA249-17-R-0851 Attachment 5-Past Performance Survey-2017.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3618354&FileName=VA249-17-R-0851-005.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3618354&FileName=VA249-17-R-0851-005.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04558739-W 20170629/170627234902-666d3747637afbbb815ba60a660ea5a6 (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.