The RFP Database
New business relationships start here

VISN-WIDE ORTHOTIC APPLIANCES AND RELATED SERVICES SOURCES SOUGHT NOTICE - MULTIPLE AWARD IDIQ VISN 5 STATIONS - 512, 540, 581, 613, 688


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

THIS REQUEST FOR INFORMATION IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.

This is a Request for Information (RFI), this is not a Request for Quotes (RFQ) or Request for Proposals (RFP). No formal solicitation document exists at this present time. This is not a solicitation announcement. The purpose of this Sources Sought notice is for market research to gain knowledge of potential vendors qualified under NAICS code search for Orthotic Appliances and Related Services of 339113, which includes corresponding index entries such as Surgical Appliance and Supplies Manufacturing with a NAICS code size standard of 750 employees. The requirement period of performance may be planned for a base year plus four (4) one-year options. (options may or may not be exercised).

Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought notice, a solicitation announcement may or may not be published in FedBizOpps (FBO).

BACKGROUND

The U.S. Department of Veterans Affairs (VA), Regional Procurement Office (RPO) East, VA Capitol Heath Care Network (VISN 5) has an ongoing program for all Network Contracting Office (NCO) 5 VISN-Wide Veterans Affairs Medical Centers (VAMC) including the Community- Based Outpatient Clinics (CBOCs) to furnish orthotic appliances and related services (including
- custom orthotics, braces, diabetic shoes, inserts, elastic supports for joints, stockings, compression garments, other new devices and repairs) to those Veterans that require them and are eligible for assistance. The range of services shall encompass Healthcare Common Procedure Coding System (HCPCS) Codes: L0100-L4999; A4466; A5500-A5513; and A6501- A6549.

SCOPE

The VA has an ongoing program to furnish Orthotic Appliances and Related Services to those Veterans that require them and are eligible for assistance. VISN 5 is seeking to acquire Orthotic Appliances and Related Services (The range of services shall encompass Healthcare Common Procedure Coding System (HCPCS) Codes: L0100-L4999; A4466; A5500-A5513; and A6501- A6549) to support the Veterans in need. It is the VA s intent to issue a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) on a competitive basis within a VA Medical Center s jurisdiction under the authority of Title 38 U.S.C. Section 8123.

PRICE SCHEDULE

National Prosthetic Patient Database (NPPD) Categories/lines new and repairs:

ORTHOSIS/ORTHOTICS

400 A ORTHOSIS ANKLE
400 B ORTHOSIS LEG A/K
400 C ORTHOSIS SPINAL
400 D ORTHOSIS AL/OTH
400 E ELAS HOSE
400 F ORTHOSIS KNEE
400 G CORSET/BELT
400 H ORTHOSIS WHO
400 X ORTHOTICS UNKNOWN

SHOES/ORTHOTICS

500 A ARCH SUPT
500 B SHOE INLAY
500 C SHOE MOLDED
500 D SHOE ORTH OTH
500 E INSERTS, SHOE
500 F SHOES A/O

ORTHOSIS

R40 ORTHOSIS TOTAL

SHOES/ORTHOTICS

R50 A ORTH SHOE ALL R50 B SHOE MOD
R50 C A/O ITEM SERV

PRICING

For fabrication and repair of orthotic appliances, the prices proposed shall not exceed the established L-Code prices applicable to the geographic area subject to this solicitation and at the time of performance. It should be noted that repair rates for 15-minute increments are now part of the L-Code pricing schedule. Considering this, please apply the best percentage discount that you offer against the L-Code pricing baseline.

Offerors are encouraged to give a discount on all L-Codes and A-Codes (Orthotic appliances, labor rates for repairs and components*).

Line Item 1: BASE YEAR
L-CODE PRICING LESS ___% DISCOUNT / A-CODE PRICING LESS ___% DISCOUNT

Line Item 1a: OPTION YEAR 1
L-CODE PRICING LESS ___% DISCOUNT / A-CODE PRICING LESS ___% DISCOUNT

Line Item 1b: OPTION YEAR 2
L-CODE PRICING LESS ___% DISCOUNT / A-CODE PRICING LESS ___% DISCOUNT

Line Item 1c: OPTION YEAR 3
L-CODE PRICING LESS ___% DISCOUNT / A-CODE PRICING LESS ___% DISCOUNT

Line Item 1d: OPTION YEAR 4:
L-CODE PRICING LESS ___% DISCOUNT / A-CODE PRICING LESS ___% DISCOUNT


Note:* It should be noted that L-Code and A-Code pricing are published by the Centers for Medicare and Medicaid Services (CMS) Healthcare Common Procedure Coding System (HCPCS). The website for the L-Code & A-Code Pricing: http://www.cms.hhs.gov/ICD9ProviderDiagnosticCodes/01_overview.asp (DME, Orthotics and Prosthetics). The Codes are updated every year and are released in December, for the following year. The discounts shown in the Schedule above are for the categories as stated in the Description of Services above, with the CMS representing the L-Codes for Orthotics (new and repair) and the A-Codes for shoes, inserts and related items.

This Sources Sought Notice is to identify potential vendors who can provide Orthotic Appliances and Related Services to the following facilities located in VISN 5, but not limited to:



Huntington VAMC
1540 spring Valley Drive
Louis A. Johnson VAMC
1 Medical Center Drive

Huntington, MD 25704
Clarksburg, WV 26301

Martinsburg VAMC (613)
VA Maryland Health Care System
Washington D.C. VAMC
510 Butler Avenue
10 North Greene Street
50 Irving Street, NW
Martinsburg, WV 25401
Baltimore, MD 21201
Washington, DC 20422


GENERAL REQUIREMENTS

APPROVED FACILITIES

The Contractor s facilities shall be accredited either by the Facility Accreditation Program of the American Board for Certification in Orthotics and Prosthetics, Inc. (ABC) or the Accredited Facilities Program of the Board for Orthotist-Prosthetist Certification (BOC). Contractor s facility must be within 50 miles of one of the aforementioned VA locations.

EDUCATIONAL AND TRAINING REQUIREMENTS

All Contractors shall have a full-time American Board Certified (ABC), or Board for Orthotist- Prosthetist Certification (BOC), and Orthotist on staff in good standing at each of their locations.

REQUESTED INFORMATION

If you are interested, and can provide the required supplies/services, please provide the requested information as indicated below. Responses to this Sources Sought notice shall also include: company name, address, point of contact, size of business:

A copy of the ABC/BOC Facility Certification for each proposed facility location
must be included in the response to this notice.
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 50 miles of one or more of the listed VA Medical Centers?
Please specify which medical center(s) each facility would support.
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), Small Business, Large
Business, etc.).

NOTES

All Capability Statements/Responses to this Sources Sought notice shall be submitted via email to David.Valenciabonilla@va.gov. Telephone, Fax, or any other form of communication Inquiries will not be reviewed or accepted. Responses to this Sources Sought notice must be received no later than October 24, 2019 at 5:00 p.m. (Eastern Standard Time). This Sources Sought notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued, it may or may not be announced at a later date, and all interested parties shall respond to that solicitation announcement separately from the responses to this Sources Sought notice.

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 (IAW) Federal Acquisition Regulation (FAR) 15.201(e), RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses incurred associated with responding to this RFI.

Please note "Sources Sought Notice - 36C24520Q0027 in the subject line of your email.


End of Notice

David J. Valenciabonilla
Contract Specialist

David.Valenciabonilla@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP