Utah Bids > Bid Detail

Q999--436 | HCR | TELEHEALTH SERVICES Long-Term 10/01/2023- 09/30/28

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159956415818656
Posted Date: Jun 21, 2023
Due Date: Jun 23, 2023
Solicitation No: 36C25923Q0612
Source: https://sam.gov/opp/a457e42171...
Follow
Q999--436 | HCR | TELEHEALTH SERVICES Long-Term 10/01/2023- 09/30/28
Active
Contract Opportunity
Notice ID
36C25923Q0612
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jun 21, 2023 12:26 pm MDT
  • Original Response Date: Jun 23, 2023 05:00 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Q999 - MEDICAL- OTHER
  • NAICS Code:
    • 621999 - All Other Miscellaneous Ambulatory Health Care Services
  • Place of Performance:
    Salt Lake City VAMC 500 Foothill Blvd Salt Lake City , UT 84148
    USA
Description
THIS IS A SOURCE SOUGHT NOTICE / REQUEST FOR INFORMATION (RFI) ONLY. THIS IS NOT A REQUEST FOR PROPOSAL AND/OR QUOTE.
The Department of Veterans Affairs (VA), Veterans Integrated Systems Network (VISN) 19 and the Network Contracting Office (NCO) 19 are performing market research to determine if there are sufficient numbers of qualified (1) Service Disabled Veteran Owned Small Business; (2) Veteran Owned Small Business; or (3) Small Business to set aside a Firm Fixed Price for Pharmacy services. The Montana VA Medical Center; requires the following services to be provided in a private hospital, office or clinic environment to Veterans, primarily residing in Plentywood, Montana: Primary Care CBOC: offers both medical and mental health care (physically on site and by telehealth) and may offer support services such as pharmacy, laboratory, and x-ray. Primary Care CBOCs are required to provide both primary care and mental health services.
Contracted Staff Requirements: the PCTOC site will be located in a remote, rural area and will require sufficient staffing to provide health services in a safe, efficient, and effective primary care environment. At a minimum, the PCTOC will need one (1) designated Registered Nurse (RN), one (1) designated Licensed Practical Nurse (LPN), and one (1) Telehealth Clinical Technician (TCT) to provide services to the Veterans to include but are not limited to services ordered by a VA Provider such as dressing changes, injections, and assistance during prosthetic devise issuance. The intent would be for at least two (2) designated licensed staff to provide care management and care coordination between the Veteran and the VA Provider. Designated contracted staff will be required to complete all Telehealth required virtual and in-person training. Contracted staff may be required to attend VA Conference calls and occasional in-person training not to exceed three (3) days per calendar year per identified staff (RNs, TCT) intended to support and maximize PCTOC delivery of care. Contracted staff shall respond in a professional, courteous, and timely manner to the needs of both internal and external customers.

The Contractor is required to meet VHA performance and quality criteria and standards including, but not limited to, access, customer satisfaction, prevention index, chronic disease index and clinical guidelines. Performance and quality standards may change during the contract. New or revised quality/performance criteria or standards will be provided to the Contractor before implementation date and throughout the life of the contract through unilateral or bi-lateral modifications, as applicable. Copies of current VA and VHA publications can be located at http://www.va.gov/vhapublications/ or at http://www.va.gov/vapubs/. Compliance with mandated performance is required as a condition of this contract. Contractor shall comply with all relevant VA policies and procedures, including those related to quality, access, patient safety and performance, including, but not limited to the policies listed on the Contracted Clinic Policy Document located at https://www.patientcare.va.gov/primarycare/Resources.asp.

SPACE REQUIREMENTS: PACT space standards are found in the PACT Space Module Design Guide at http://www.cfm.va.gov/til/dGuide/dgPACT.pdf. Accessibility design standards are defined in the VA Barrier Free Design Standard at: http://www.cfm.va.gov/til/etc/dsBarrFree.pdf These documents are to be used by VA as a reference in defining space requirements for this solicitation. Contractor s design of space will be evaluated on how it best supports accessibility and the PACT model of care. For any buildout/construction that might be required to prepare space for performance of this contract, Davis-Bacon Wages (https://www.dol.gov/agencies/whd/government-contracts/construction ) must be paid to any personnel working on the buildout/construction of the space and certified payrolls for all buildout/construction workers are due to the COR and Contracting Officer, no later than 10 business days prior to the clinic opening.
Contractors shall provide space that meets the standards outlined in the PACT Space Module Design Guide (see link above) and for the purposes of this solicitation the following minimum space requirements.
The codes, standards, and references listed below indicate minimum performance requirements. Compliance is required with applicable codes and standards throughout the process of design, construction, acceptance, and on-going maintenance of the outpatient site of care facility. Design and documentation of the outpatient site of care shall be in compliance with the requirements of the codes, standards, and references listed below. This also covers construction materials and standards not fully addressed by the codes, standards, and references below.
All Contracted RN, LPN and TCT shall have current credentials as approved by the VA system and keep current Basic Life Support (BLS) certification. The RN will be required to attend VA in person training at Fort Harrison site not to exceed 3 days per calendar year. Travel and staff costs will be paid by contractor.

The NAICS CODE: 621999-All other Misc. Ambulatory Healthcare Services, PSC: Q999-Medical - Other, Small Business Size Standard: 20.5 Million.

*All responses should include the following; FSS contract number if applicable, socioeconomic category, technical/capability information, ability to meet VA requirements, and existing customers.
Interested sources may submit a 1 or 2-page capability statement with enough detail for the Government to make an informed decision regarding such capability. The statement should identify supplier s name, address, point of contact, phone and fax numbers, e-mail addresses and business type and size. Any pertinent FSS Schedule numbers with expiration date should also be provided.
Please email capability statements to: Contract Specialist, Syreeta Newsuan at syreeta.newsuan@va.gov by 5:00 PM Mountain Standard Time on June 23, 2023. Telephone inquiries will not be accepted. Please note "Tele-health Services" in the subject line of the email.
Attachments/Links
Contact Information
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jun 21, 2023 12:26 pm MDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >