Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2019 FBO #6441
SOURCES SOUGHT

65 -- Durable Medical Equipment

Notice Date
7/11/2019
 
Notice Type
Synopsis
 
NAICS
621610 — Home Health Care Services
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
36C24119Q0442
 
Response Due
7/31/2019
 
Archive Date
10/29/2019
 
Point of Contact
Clark Crandall
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. This is not a solicitation announcement. This is a Sources Sought synopsis only. The purpose of this synopsis is market research to gain knowledge of potential vendors qualified under NAICS Code 621610. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought synopsis, a solicitation announcement may be published in the FedBizOpps. This Sources Sought notice is especially interested in finding small businesses of any type (SDVOSB, VOSB, Woman Owned, or any other type of small business) capable of providing the requested services as outlined below. This is a follow up Sources Sought notice to 36C24119R0078 that was issued on June 13, 2019. VA New England Healthcare System has an ongoing requirement for the pickup, delivery, storage and routine service/refurbishment of Durable Medical Equipment (DME) (& Home Telehealth Technology devices only where applicable) for Veteran patients served by its eight medical centers and its associated outpatient clinics (and neighboring state New York, where a VISN 1 patient may live). The total number of DME & Home Telehealth patients at each VA site is subject to change. Prior to the award, the contractor must meet/exceed the standards of the Joint Commission of Health Care Organizations (Joint Commission) and the Center for Medicare and Medicaid Services (CMS). Written documentation must be provided to support this statement. The intended period of coverage for this contract will be September 1, 2019 through August 31, 2020. The Department of Veterans Affairs reserves the right to exercise extensions (up to four option years), subject to the availability of funds. DME General Requirements: Offeror (also known as contractor or vendor) shall provide all labor, parts, equipment, transportation, fuel, and supervision necessary to provide storage, delivery set up, in-house instruction, and/or pick-up of durable medical equipment for VA beneficiaries of the VAMC, in accordance with the terms, conditions, special provisions and schedule contained herein. The vendor will have (or put in place within one calendar month) an electronic computer system that shows all VA required forms and documentation. This will be accessible to all VA personnel, as determined by the VA COR, at no cost to the VA, with access codes provided by the vendor. The system will be secure and meet all applicable VA IT rules and regulations and Privacy-HIPAA and Privacy-Information Security rules and regulations. This system will not require additional work by VA staff to develop any intermediary system to access the offeror s system. This system does not preclude VA patient information being provided on a requested basis through PKI encrypted e-mail and/or by secure fax machine. The vendor will have all applicable staff that handle patient-specific information request PKI encryption access through the VA process and provide appropriate training on how to send and retrieve encrypted e-mails. Note Home Telehealth technology devices are included in this contract on a limited basis (only for patients with difficulties in setting the device up requires VA Prosthetics Representative approval prior to vendor involvement) and are included in references to DME in the following work statement requirements. In May 2012, the VISN 1 Prosthetics Service Line became part of the VA Prosthetics Central Office initiative for the provision, delivery and refurbishing of Telehealth equipment through the Denver Acquisition and Logistics Center (DALC), Denver, CO. This process is implemented and mandated nationwide, thereby limiting the involvement of a contract vendor to the occasional set-up of a telehealth patient who has difficulties. Requires VA Prosthetics Representative approval prior to vendor involvement. This may be a requirements contract and the VA makes no commitment concerning the minimum and/or maximum quantity of deliverables and/or services required herein. The amount of services required under the terms of an awarded contract shall be determined solely by the VAMC. Accreditation Requirements: Where the contract does not require Joint Commission accreditation or other regulatory requirements regarding worker competency, the Contractor must perform the required work in accordance with Joint Commission and CMS standards. The Contractor must demonstrate that it has met or exceeded Joint Commission and CMS requirements and provide documented evidence that it meets Joint Commission requirements for delivery, set up, repair, pick-up, and storage of durable medical equipment. The VAMC will purchase DME devices that are part of the National Prosthetic Clinical Management Program (PCMP) contracts and/or Federal Supply Schedule (FSS) contracts, including Hospital Beds, Scooters, Standard, Rehab and Power Wheelchairs prior to any possible equipment purchases from the offeror. Area of Responsibility: NOTE: Some VISN 1 patients live outside of the normal VA New England Service area, namely the State of New York. The Contractor must have staff that has licenses for the State of New York in order to provide the same level of care and maintain timeliness. Nearly all of the VISN 1 facilities have patients that live both in the state where the VA facility is located but also neighboring states. The Contractor must have staff that has licenses for neighboring states in order to provide the same level of care and maintain the timeliness standards outlined in the forthcoming solicitation s Statement of Work (SOW). These are the VISN1 Medical Center Facilities: VA Maine Healthcare System/Togus, ME ATTN: Prosthetics Manager (402/126P) 1 VA Center Togus, ME 04330 VAMC Manchester, NH ATTN: Prosthetics Manager (608/121) 718 Smyth Road Manchester, NH 03104 VAMC White River Junction, VT ATTN: Prosthetics Manager (405/121) 215 North Main Street White River Junction, VT 05009 VAMC Bedford, MA ATTN: Prosthetics Representative (518/121) 200 Springs Road Bedford, MA 01730 VA Boston Healthcare System ATTN: Prosthetics Manager (523/121) 150 South Huntington Avenue Boston, MA 02130 VA Connecticut Healthcare System ATTN: Prosthetics Manager (689/121) 950 Campbell Avenue West Haven, CT 06516 VA Central Western Massachusetts Healthcare System/Northampton, MA ATTN: Prosthetics Representative (631/121) 421 North Main Street Leeds, MA 01053 VAMC Providence, RI ATTN: Prosthetics Manager (650/121) 830 Chalkstone Avenue Providence, RI 02908 Requested Information If you are interested, and are capable of providing the required supplies, please provide the requested information as indicated below. Responses to this notice should also include: company name, address, point of contact, size of business: Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) with an active registration in VETBIZ, Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. Is your facility within 100 miles of one or more of the listed VA Medical Centers? Please specify which medical center(s) each facility would support. Responses to this notice shall be submitted to clark.crandall@va.gov. Telephone responses shall not be accepted. Responses must be received no later than July 31, 2019 at 3:00pm. This notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this Sources Sought announcement. DISCLAIMER This Request for Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked a proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/36C24119Q0442/listing.html)
 
Record
SN05366677-F 20190713/190711230022 (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.