The RFP Database
New business relationships start here

NEUROSURGERY ON-CALL SERVICES


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

Page 5 of 13
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C24919R0119
Posted Date:
05/15/2019
Response Date:
06/14/2019
Product or Service Code:
Q510
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. VA will conduct the procurement according to a combination of FAR Part 12, Acquisition of Commercial Items, Part 13, Simplified Acquisition Procedures, and VAAR Part 873 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 36C24919R0119. 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 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, located at 800 Zorn Ave, Louisville, KY 40206 has a need for a non-personal services contract that provides 24/7/365 on-call neurosurgery services. Contractor will not be required to come on-site but to provide telephone consultations when necessary. Patients needing to be seen will be sent to a hospital off-site within 20 miles of the Robley Rex VAMC, and the contractor physicians must have admitting privileges at the hospital. This contract will only cover the on-call requirement. The period of performance for this contract will begin August 17, 2019 August 16, 2020 with four (4) one-year option periods.
(vi) PERIOD OF PERFORMANCE
Base Period: August 17, 2019 August 16, 2020
CLIN 0001- On-Call Neurosurgery Services required 24 hours per day, 7 days a week, 365 days a year
Option Year 1: August 17, 2020 August 16, 2021
CLIN 1001- On-Call Neurosurgery Services required 24 hours per day, 7 days a week, 365 days a year
Option Year 2: August 17, 2021 August 16, 2022
CLIN 2001- On-Call Neurosurgery Services required 24 hours per day, 7 days a week, 365 days a year
Option Year 3: August 17, 2022 August 16, 2023
CLIN 3001- On-Call Neurosurgery Services required 24 hours per day, 7 days a week, 365 days a year
Option Year 4: August 17, 2023 August 16, 2024
CLIN 4001- On-Call Neurosurgery Services required 24 hours per day, 7 days a week, 365 days a year

(vii) PERFORMANCE WORK STATEMENT
(See attached PWS)

PLACE OF PERFORMANCE:
Robley Rex VA Medical Center
800 Zorn Ave
Louisville, KY 40206

Page 13 of 13
(viii) PRICE/COST SCHEDULE
Base Period: August 17, 2019 August 16, 2020
CLIN No.
Description
Total Hours
Price Per Hour
Total Cost

0001
On-Call Neurosurgery Services
8,760
$
$

Total for Base Period:


$
Option Year 1: August 17, 2020 August 16, 2021
CLIN No.
Description
Total Hours
Price Per Hour
Total Cost

1001
On-Call Neurosurgery Services
8,760
$
$

Total for Option Year 1:


$
Option Year 2: August 17, 2021 August 16, 2022
CLIN No.
Description
Total Hours
Price Per Hour
Total Cost

2001
On-Call Neurosurgery Services
8,760
$
$

Total for Option Year 2:


$

Option Year 3: August 17, 2022 August 16, 2023
CLIN No.
Description
Total Hours
Price Per Hour
Total Cost

3001
On-Call Neurosurgery Services
8,760
$
$

Total for Option Year 3:


$

Option Year 4: August 17, 2023 August 16, 2024
CLIN No.
Description
Total Hours
Price Per Hour
Total Cost

4001
On-Call Neurosurgery Services
8,760
$
$

Total for Option Year 4:


$

TOTAL CONTRACT COST BASE PLUS FOUR OPTIONS: $___________
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.
Authority
This acquisition is being processed under the authority of FAR 13.5 Simplified Procedures for Certain Commercial Items and VAAR Part 873 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 firm-fixed (unit) price by Contract Line Item (CLIN).
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 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 3:00 p.m., Central Time, June 14, 2019. Proposals may 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.
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).

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 by email to alyson.allman@va.gov no later than 12 noon, Central Time, May 31, 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. 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 neurosurgery 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)
Copies of Curriculum Vitae (CV) or resume of each service provider submitted for performance under this contract. Providers must be board certified/board eligible neurosurgeons.
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.
Proposed Call Schedule for the first 3 months of performance

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 Alyson Allman at alyson.allman@va.gov, no later than June 14, 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 Section (VIII). PRICE/COST SCHEDULE.
Acknowledge any and all amendments to the solicitation.

When combined, technical and past performance are more important than price.

(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:
Alyson Allman, Contracting Officer (CO)
Winthrop Payne, 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) 225-3403 Fax: (615) 849-3789
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 52.217-8 Option to Extend Services (Fill-in = 60 days, The specified rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause.)); 52.217-9 Option to Extend the Term of the Contract (Fill-ins = 30 days of contract expiration, 60 days of contract expiration, 5 years). 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 = Firm Fixed Price); 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.

(xvi) The date, time, and place for submission of proposals are as follows: June 14, 2019 at 3:00p.m. Central Time. ORAL OFFERS WILL NOT BE ACCEPTED. Submit written offers via email: alyson.allman@va.gov
Solicitation Questions: Interested offerors must submit any questions concerning the solicitation by May 31, 2019 at 12 noon Central Time. Questions not received by the due date may not be considered.

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