The RFP Database
New business relationships start here

Neurology On-Call Physician Services (VA-18-00158952)


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

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C24919R0107
Posted Date:
03/19/2019
Response Date:
04/12/2019
Product or Service Code:
Q510
Set Aside (SDVOSB/VOSB):
SDVOSB
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 and VAAR 807 Acquisition Planning. 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 36C24919R0107. 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 2019-01, January 22, 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 100% set-aside for SDVOBs. 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 Louisville Robley Rex, KY VA Medical Center, located at 800 Zorn Ave, Louisville, KY 40206 has a need for a non-personal services contract that provides Non-Stroke Neurology On-Call services to the Louisville Robley Rex VA Medical Center. The period of performance for this contract will be June 1, 2019 May 31, 2020 with four (4) one-year option periods. The Contractor shall furnish all personnel to provide services necessary to perform onsite Neurology On-Call Services to eligible beneficiaries of the Robley Rex Department of Veterans Affairs Medical Center (hereinafter referred to as VAMC), located in Louisville, Kentucky. The Contractor s physician(s) care shall cover the range of Neurology services (but not to include Stroke service), 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. Services shall be provided on-site at the Robley Rex Department of Veterans Affairs (VA) Medical Center (VAMC) as stated in the attached PWS. The contractor shall propose a minimum of two (2) key personnel to be credentialed and available for scheduling to meet the requirements of this contract.

(vi) PERFORMANCE WORK STATEMENT
(See attached PWS)
PLACE OF PERFORMANCE:
Louisville VA Medical Center
800 Zorn Ave
Louisville, KY 40206

(viii) PRICE/COST SCHEDULE
Base Year Period of Performance: June 1, 2019 May 31, 2020










0001


None
Board Certified /Board Eligible Neurology On-Call Services
(24 hours per day/4 days per week)
Fixed daily rate.


219


Day



DO NOT PRICE
KEY PERSONNEL






None


0001a
Board Certified /Board Eligible Neurology On-Call Services
NAME:_ TITLE/LEVEL OF EXPERIENCE: _



Day




$


None


0001b
Board Certified /Board Eligible Neurology On-Call Services
NAME: TITLE/LEVEL OF EXPERIENCE: _



Day




$










0002


None
Board Certified /Board Eligible Neurology
Inpatient Consultation
(est. 32 consults seen onsite in 1 year) To be paid using 100% of Medicare rate for a level 4 note.

100%



32

Per Note/
Patient seen onsite




$_____

TOTAL FOR BASE YEAR

$










Option Year 1 Period of Performance: June 1, 2020 May 31, 2021










1001


None
Board Certified /Board Eligible Neurology On-Call Services
(24 hours per day/4 days per week)
Fixed daily rate.


219


Day



DO NOT PRICE
KEY PERSONNEL






None


1001a
Board Certified /Board Eligible Neurology On-Call Services
NAME:_ TITLE/LEVEL OF EXPERIENCE: _



Day




$


None


1001b
Board Certified /Board Eligible Neurology On-Call Services
NAME: TITLE/LEVEL OF EXPERIENCE: _



Day




$










1002


None
Board Certified /Board Eligible Neurology
Inpatient Consultation
(est. 32 consults seen onsite in 1 year) To be paid using 100% of Medicare rate for a level 4 note.

100%



32

Per Note/
Patient seen onsite



DO NOT PRICE

TOTAL FOR OPTION YEAR 1

$

















Option Year 2 Period of Performance: June 1, 2021 May 31, 2022










2001


None
Board Certified /Board Eligible Neurology On-Call Services
(24 hours per day/4 days per week)
Fixed daily rate.


218


Day



DO NOT PRICE
KEY PERSONNEL






None


2001a
Board Certified /Board Eligible Neurology On-Call Services
NAME:_ TITLE/LEVEL OF EXPERIENCE: _



Day




$


None


2001b
Board Certified /Board Eligible Neurology On-Call Services
NAME: TITLE/LEVEL OF EXPERIENCE: _



Day




$










2002


None
Board Certified /Board Eligible Neurology
Inpatient Consultation
(est. 32 consults seen onsite in 1 year) To be paid using 100% of Medicare rate for a level 4 note.

100%



32

Per Note/
Patient seen onsite



DO NOT PRICE

TOTAL FOR OPTION YEAR 2

$





Option Year 3 Period of Performance: June 1, 2022 May 31, 2023










3001


None
Board Certified /Board Eligible Neurology On-Call Services
(24 hours per day/4 days per week)
Fixed daily rate.


218


Day



DO NOT PRICE
KEY PERSONNEL






None


3001a
Board Certified /Board Eligible Neurology On-Call Services
NAME:_ TITLE/LEVEL OF EXPERIENCE: _



Day




$


None


3001b
Board Certified /Board Eligible Neurology On-Call Services
NAME: TITLE/LEVEL OF EXPERIENCE: _



Day




$










3002


None
Board Certified /Board Eligible Neurology
Inpatient Consultation
(est. 32 consults seen onsite in 1 year) To be paid using 100% of Medicare rate for a level 4 note.

100%



32

Per Note/
Patient seen onsite



DO NOT PRICE

TOTAL FOR OPTION YEAR 3

$











Option Year 4 Period of Performance: June 1, 2023 May 31, 2024










4001


None
Board Certified /Board Eligible Neurology On-Call Services
(24 hours per day/4 days per week)
Fixed daily rate.


219


Day



DO NOT PRICE
KEY PERSONNEL






None


4001a
Board Certified /Board Eligible Neurology On-Call Services
NAME:_ TITLE/LEVEL OF EXPERIENCE: _



Day




$


None


4001b
Board Certified /Board Eligible Neurology On-Call Services
NAME: TITLE/LEVEL OF EXPERIENCE: _



Day




$










4002


None
Board Certified /Board Eligible Neurology
Inpatient Consultation
(est. 32 consults seen onsite in 1 year) To be paid using 100% of Medicare rate for a level 4 note.

100%



32

Per Note/
Patient seen onsite



DO NOT PRICE

TOTAL FOR OPTION YEAR 4

$_______________________

TOTAL ESTIMATED CONTRACT, BASE + 4 OPTIONS YEARS

$_______________________

NOTE: 52.217-8 Option to Extend Services is included as part of the solicitation and contract. The six-month extension must be evaluated as a part of the government's initial negotiation. Offerors are not required to submit pricing for clause 52.217-8. The prices offered for the last year s option prices will be used for any extension exercised under FAR Clause 52.217-8.

Minimum & Maximum
The Government s guaranteed minimum during the life of this contract is $10,000. The Government s contract ceiling amount during the life of this contract is $1,400,000.

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 a Fixed Price / Indefinite Delivery Indefinite Quantity contract.
The Government may award a contract on the basis of initial proposal 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 JACK HAGOPIAN, CONTRACT SPECIALIST AT jack.hagopian@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 4:30 p.m., Central Time, Friday, April 12, 2019. Proposals may be emailed to jack.hagopian@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.
Proposal Format: All attachments/documents shall be on 8 B= x 11 paper. All electronic files shall be in MS Word .doc or .docx and MS Excel .xls format, as applicable (unprotected).

Offerors shall return the entire solicitation fully intact.
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 Contract Specialist in writing by email to jack.hagopian@va.gov no later than 12 noon, Central Time, Monday, April 1, 2019.
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.
(End of Addendum to 52.212-1)
(x) FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014), 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. When combined, technical and past performance are significantly more important than price. The following factors shall be used to evaluate offers:



FACTOR 1: TECHNICAL:
In support of the requirements contained in the Statement of Work (SOW), Attachment 1, offerors are instructed to provide the following documentation for evaluation:
Company background including number of years of experience company possesses providing neurological 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, etc., if applicable
Copies of all current licenses/certifications of proposed service providers (i.e. Basic Life Support; Advanced Life Support; etc.)
Minimum qualifications and continuing education requirements for each service provider submitted for performance under this contract
Copies of Curriculum Vitae (CV) or resume of each service provider submitted for performance under this contract
Evidence of Malpractice Insurance for all providers submitted for performance under this contract
Information on malpractice claims, terminations or suspension of privileges filed or imposed in the last five (5) years for all service providers proposed for performance under this contract. If applicable, submit copies of claims and disposition of each. If none, so state/certify in your submittal. Failure to provide requested documentation may disqualify offer from consideration.
Certification Memo that all contractor and subcontractor employees that will have access to VA sensitive information have successfully undergone employee screening/background checks as a condition of employment
Availability / number of days after contract award for full implementation including availability of all VA-approved contractor personnel.

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 (Attachment 4) 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 Jack Hagopian, Contract Specialist, at jack.hagopian@va.gov, no later than April 12, 2019.

FACTOR 3: PRICE FACTOR
(a) Price will be evaluated on the basis of its reasonableness and accuracy to the Government. The offeror shall submit its best terms from PRICE/COST SCHEDULE above.
Acknowledge any and all amendments to the solicitation.

(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 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:
Jack Hagopian, Contract Specialist
Kimberly S. Carson, Contracting Officer (CO)
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) 225-3425
E-Mail: jack.hagopian@va.gov


(xii) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 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 52.203-17 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; 52.204-21 Basic Safeguarding of Covered Contractor Information Systems; FAR 52.216-18 Ordering (Fill-in = effective date of the contract through expiration date of the contract; FAR 52.216-19 Order Limitations (Fill-in = (a) Minimum Order $10,000, (b) Maximum Order $400,000 and $400,000 (c) within 3 days); FAR 52.216-22 (d) (Fill-in= expiration of contract period of performance); 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. The specified rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause.); FAR 52.223-10 Waste Reduction Program; FAR 52.224-1 Privacy Act Notification; FAR 52.224-2 Privacy Act; 52.227-14 Rights in Data General; FAR 52.228-5 Insurance Work On A Government Installation; 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; CL-120 Supplemental Insurance Requirements (Fill-in= General Liability $500,000 per occurrence; Automobile Liability $200,000 per person; $500,000 per occurrence; $20,000 property damage); VAAR 852.203-70 Commercial Advertising; VAAR 852-219-10 VA Notice of Total Service- Disabled Veteran-Owned Small Business Set Aside; VAAR 852.219-74 Limitation on Subcontracting-Monitoring and Compliance; VAAR 852.237-7 Indemnification and Medical Liability Insurance (Fill-In = State Minimum); VAAR 852.237-70 Contractor Responsibilities (Fill-in = KY); 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, 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters, 52.219-8 Utilization of Small Business Concerns, 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, FAR 52.222-17 Non-displacement of Qualified Workers.

(xv) The clause FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. The following are addenda to FAR 52.212-1: FAR 52.209-7 Information Regarding Responsibility Matters; FAR 52.216-1 Contract Type (fill-in = Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ)); FAR 52.219-1 Small Business Program Representations (NAICS 621111 Size $11.0 M; FAR 52.233-2 Service of Protest; 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; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.271-70 Nondiscrimination in Services Provided to Beneficiaries.

(xvi) The date, time, and place for submission of proposals are as follows: Friday, April 12, 2019 at 4:30 p.m. Central Time. ORAL OFFERS WILL NOT BE ACCEPTED. Submit written offers via email: jack.hagopian@va.gov
Solicitation Questions: Interested offerors must submit any questions concerning the solicitation by Monday, April 1, 2019 at 12 noon Central Time. Questions not received by the due date may not be considered.

Jack HAGOPIAN
JACK.HAGOPIAN@VA.GOV
615-225-3425

jack.hagopian@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP