The RFP Database
New business relationships start here

36C24919R0213 Cardio EP Physician Services


Tennessee, United States
Government : Homeland Security
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

FedBizOpps
Combined Synopsis/Solicitation Notice
*
*
*
*
*
*
*
CLASSIFICATION CODE
SUBJECT
CONTRACTING OFFICE'S
ZIP-CODE
SOLICITATION NUMBER
RESPONSE DATE (MM-DD-YYYY)
ARCHIVE
DAYS AFTER THE RESPONSE DATE
RECOVERY ACT FUNDS
SET-ASIDE
NAICS CODE
CONTRACTING OFFICE
ADDRESS
POINT OF CONTACT
(POC Information Automatically Filled from
User Profile Unless Entered)
DESCRIPTION
*
See Attachment
AGENCY'S URL
URL DESCRIPTION
AGENCY CONTACT'S EMAIL
ADDRESS
EMAIL DESCRIPTION
ADDRESS
POSTAL CODE
COUNTRY
ADDITIONAL INFORMATION
GENERAL INFORMATION
PLACE OF PERFORMANCE
* = Required Field
FedBizOpps Combined Synopsis/Solicitation Notice
Rev. March 2010
Q
36C24919R0213 Cardio EP Physician Services



37129
36C24919R0213
11-22-2019
60
N

621111
Department of Veterans Affairs
Network Contracting Office 9
1639 Medical Center Parkway
Suite 400
Murfreesboro TN 37129
Alyson Allman, alyson.allman@va.gov





Robley Rex VAMC


800 Zorn Ave
Louisville, KY
40206







Page 8 of 8
Page 8 of 8
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C24919R0213
Posted Date:
10/23/2019
Response Date:
11/22/2019
Product or Service Code:
Q502
Set Aside (SDVOSB/VOSB):
UNRESTRICTED
NAICS Code:
621111
Contracting Office Address
Network Contracting Office 9 (NCO 9), located at 1639 Medical Center Parkway, Suite 400, Murfreesboro, TN 37129

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. Department of Veteran Affairs (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 36C24919R0213. 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 Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by accessing the Dun & Bradstreet website at https://iupdate.dnb.com/iUpdate/viewiUpdateHome.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 2020-01, October 10, 2019. 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://acquisition.gov/comp/far/index.html (FAR) and https://www.va.gov/oal/library/vaar/ (VAAR).
(iv) This solicitation is issued as unrestricted. 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:
The Robley Rex VA Medical Center (VAMC), located at 800 Zorn Ave, Louisville, KY 40206 has a need for a non-personal services contract that provides cardio electrophysiology physician services to provide Intracardiac Electrophysiological Procedures/Studies, Pacemaker Placement evaluations and procedures on-site.
(vi) PERIOD OF PERFORMANCE
April 1, 2020 March 31, 2025 (Five one-year ordering periods)
(vii) PERFORMANCE WORK STATEMENT
(See Attachment 1-Price Schedule/PWS)
PLACE OF PERFORMANCE:
Robley Rex VA Medical Center
800 Zorn Ave
Louisville, KY 40206

(viii) PRICE/COST SCHEDULE
(See Attachment 1-Price Schedule/PWS)
Authority
This acquisition is being processed under the authority of FAR 13.5 Simplified Procedures for Certain Commercial Items and, therefore, will utilize simplified procedures for soliciting competition, evaluation, award documentation, and notification.
Basis for Award
One award will be made to the offeror whose proposal represents the best value to the Government considering price and non-price factors as listed in clause 52.212-2 Evaluation-Commercial Items. Contract will be fixed unit price Indefinite Delivery/Indefinite Quantity.
The Government may award a contract on the basis of initial proposals received, without discussions. Therefore, each initial proposal should contain the offeror's best terms from a price and technical standpoint. Instructions to offerors on price and technical proposal submissions are found under clause 52.212-1, Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items.
(ix) FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2018), applies to this acquisition.
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS
PLEASE PROVIDE THE FOLLOWING TO Alyson Allman, Contracting Officer, alyson.allman@va.gov.
Complete and return Contractor s Contract Administration Data below.
Complete and return Price/Cost Schedule in Attachment 1. Attachment 6 is provided as a guide only to assist in calculating a VA Facility Rate. It is not required to be used but is provided for assistance in determining the VA Facility Rate should an offeror choose to utilize it.
Complete and return provision 52-212-3 with proposal.
Offerors must ensure that they have completed official Representations and Certifications online through www.sam.gov
Complete and sign all attachments requiring signature/acknowledgement.
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 3:00 p.m., Central Time, November 22, 2019. Proposals shall be emailed to alyson.allman@va.gov. 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 or MAILED.
3. Proposal Format: All attachments/documents shall be on 8 B= x 11 paper. All electronic files shall be in pdf. and MS Excel .xls format, as applicable (unprotected).

4. Price Schedule: Price schedules are necessary for each ordering period. Price proposals should be a separate attachment. For pricing purposes, the current CMS rates should be used in completing each CLIN for the base year and all ordering periods, for both inpatient and outpatient services. Throughout the life of the contract the VA will pay the awarded firm fixed percentage of the Medicare rate effective at the time the service is provided by the Contractor. This basis of the contractor s proposed fixed percentage of Medicare rate will be used by the Government for future pricing of additional codes/procedures and for reimbursement under the contract. The basis of estimate used for your fixed price, i.e. the way that your price is calculated, shall remain the same throughout the life of the contract and may be validated by post award audits. No CLINS or codes should be left blank. If for some reason a code on the schedule has expired or is for any other reason unusable, offerors shall annotate the Price per Code block with N/A or otherwise notate the replacement code. At the end of each Specialty Area Section, the Offeror must enter a Percent of Medicare that the proposed price represents. The Percent of Medicare entry is extremely important since the contract award will be at that rate. Throughout contract administration, all codes reasonably considered to be included under the specialty areas will be considered in scope. The total extended price figure will be used only to determine the total estimated contract cost for the base and all ordering and an award based on Percent of Medicare accounts for those changes. At the end of each CLIN, extended pricing for all cells will be totaled and entered the box entitled Total Extended Cost All Cells . Indicate source for CMS rate proposed (Identify source and Internet link): Indicate the offeror s CMS practice expense (PE) designation for the rate proposed: (facility; non-facility; or VA facility); for this effort the VA Facility rate should be used because it excludes the Practice Expense (PE) RVU from the CPT Cost. The VA Facility Rate is the Work RVU and Malpractice (MP) RVU based on the appropriate locality. Attachment 6 is provided as a tool to help calculate this rate.
5. All questions regarding this solicitation must be submitted by email to alyson.allman@va.gov no later than 12 noon, Central Time, November 5, 2019.
6. The offeror shall bear all costs associated with the preparation and submission of the proposal. The VA will in no case be responsible or liable for the cost incurred by the offeror, regardless of the outcome of the selection process.

7. The Government reserves the right to make award without discussions. The Government also reserves the right to make no award.
8. Technical Proposal shall include the following documents associated with each physician:
COPY OF CURRICULUM VITAE (CV)
COPIES OF ADVANCED CARDIAC LIFE SUPPORT/BASIC LIFE SUPPORT (ACLS/BLS) CERTIFICATIONS
BOARD CERTIFICATION (or documentation demonstrating board eligibility)
HEALTH SAFETY ITEMS PROVIDE PROOF OF HEALTH RECORD as required by solicitation
DRUG ENFORCEMENT AGENCY (DEA) Card
NATIONAL PROVIDER ID (NPI)
Listing of Key Personnel in the schedule with required information
Contingency Plan for emergency substitutions if key personnel are not available.
Malpractice insurance premium documentation
(End of Addendum to 52.212-1)
(x) FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014), applies to this acquisition.
(a) The Government intends to 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:
FACTOR 1: TECHNICAL:
In support of the requirements contained in the Performance Work Statement, Attachment 1, offerors are instructed to provide the following documentation for evaluation:
Company background including number of years of experience company possesses providing cardio electrophysiology physician services and how they propose to meet the requirements as stated in the Performance Work Statement.
Listing of all current licenses/certifications of offeror organization e.g., Joint Commission
Copies of all current licenses/certifications of proposed perfusionists (i.e. Basic Life Support; Advanced Life Support)
Copies of Curriculum Vitae (CV) or resume of each physician submitted for performance under this contract. Perfusionists must meet all qualification requirements stated in the Performance Work Statement.

FACTOR 2: PAST PERFORMANCE
Offeror shall provide 3 past performance references that are similar in both size and scope of this requirement.

Offerors are reminded to provide the Past Performance Information sheets (Attachment 5) 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 Alyson Allman at alyson.allman@va.gov, no later than November 22, 2019.
FACTOR 3: PRICE FACTOR
Price will be evaluated on the basis of its reasonableness and accuracy to the Government. The offeror shall submit its best terms.
Acknowledge any and all amendments to the solicitation.

(b) Evaluation Approach. The Government will evaluate offers using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where proposals will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a proposal other than the lowest price that provides additional benefit(s). Proposals may exceed minimum requirements of the solicitation. The Government reserves the right to select a proposal that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following:
(1) Technical: The proposal will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to offerors section of the solicitation.

(2) Past Performance: The past performance evaluation will assess the relative risks associated with an offeror s likelihood of success in fulfilling the solicitation s requirements as indicated by the offeror s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis.

(3) Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum.

(c) A written notice of award or acceptance of 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.
(EndB ofB Provision)B B B B B B B
(xi)B B 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:
Alyson Allman, Contracting Officer (CO)
Collette Scott, Contracting Officer Representative (COR)
Department of Veterans Affairs
Network Contract Office - NCO 9
1639 Medical Center Parkway, Suite 400
Murfreesboro TN 37129
Overnight Mailing Address: Same as above
Phone: (615) 225-3403 Fax: (615) 224-6404
E-Mail: alyson.allman@va.gov

(xii) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Octo 2018)

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.

(xiii) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition; as well as the following addenda: FAR 52.203-3 Gratuities, FAR 52.203-16 Preventing Personal Conflicts of Interest, 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 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-13 System for Award Management Maintenance; FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems; FAR 52.216-4, Economic Price Adjustment Labor and Materials; FAR 52.216-18 Ordering (Fill-in = April 1, 2020 March 31, 2025); FAR 52.216-19 Ordering Limitations (Fill-Ins= a. $10,000, b.1. $400,000.00, b.2. $400,000.00, b.3. 2 days; FAR 52.216-22 Indefinite Quantity (Fill-In = a period of one year from the effective date of the last task order); FAR 52.224-1 Privacy Act Notification; FAR 52.224-2 Privacy Act; FAR 52.227-14 Rights in Data General; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.232-40 Providing Accelerated Payment to Small Business Subcontractors; FAR 52.237-3 Continuity of Services; FAR 52.242-13 Bankruptcy; VAAR 852.203-70 Commercial Advertising; VAAR 852.237-7 Indemnification and Medical Liability Insurance (Fill-In = State Minimum); VAAR 852.237-70 Contractor Responsibilities (Fill-in = KY); VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.271-70 Nondiscrimination in Services Provided to Beneficiaries; VAAR 852.273-76 Electronic Invoice Submission; 52.252-2 Clauses Incorporated by Reference (fill-in = https://www.acquisition.gov/browsefar).
(xiv) 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, FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.219-28 Post Award Small Business Program Representation, FAR 52.222-3, Convict Labor, 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 52.232-33 Payment By Electronic Funds Transfer- System for Award Management.

(xv) The clause FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. The following addenda apply: FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements Representation; FAR 52.204-7, System for Award Management; FAR 52.209-7 Information Regarding Responsibility Matters; FAR 52.216-1 Contract Type (fill-in = Fixed Price Indefinite Delivery/Indefinite Quantity); FAR 52.219-1 Small Business Program Representations; FAR 52.233-2 Service of Protest; VAAR 852.209-70 Organizational Conflicts of Interest; VAAR 852.233-70 Protest Content/Alternative Dispute Resolution; VAAR 852.233-71 Alternate Protest Procedure; VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference.
See attached document: Attachment 1 - Price Schedule and PWS Cardio EP.
See attached document: Attachment 2 - QASP EP Services.
See attached document: Attachment 3 - Contractor Certification of Immigration.
See attached document: Attachment 4 - Org Conflict of Interest.
See attached document: Attachment 5-Past Performance Survey.
See attached document: Attachment 6 - FY 2019 CPT Code Calculation Template V0025 SEPT2019.

Alyson Allman, alyson.allman@va.gov

Alyson.Allman@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP