Q502--HCR 36C25924R0145 Perfusionist Services
ID: 36C25924R0145Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Offices of All Other Miscellaneous Health Practitioners (621399)

PSC

MEDICAL- CARDIO-VASCULAR (Q502)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting qualified contractors to provide Perfusionist Services at the Rocky Mountain Regional VA Medical Center in Colorado Springs, Colorado, under solicitation number 36C25924R0145. The procurement aims to secure comprehensive perfusion services, including on-site autotransfusion and cardiac support during surgical operations, with a contract period starting November 1, 2024, consisting of a six-month base period and two additional six-month options. This opportunity is particularly significant as it supports the VA's commitment to delivering essential healthcare services while promoting participation from Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested bidders must submit their proposals by October 24, 2024, at 12:00 PM Mountain Time, and can reach out to Contract Specialist Syreeta Newsuan at syreeta.newsuan@va.gov or 303-712-5763 for further inquiries.

    Point(s) of Contact
    Syreeta NewsuanContract Specialist
    (303) 712-5763
    N/A
    syreeta.newsuan@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting Perfusionist Services through solicitation number 36C25924R0145, with responses due by October 24, 2024, at 12:00 PM Mountain Time. This request is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The contract will take place at the Rocky Mountain Regional VA Medical Center located in Colorado Springs, Colorado. Multiple related document attachments provide crucial information, including rules of behavior, wage determinations, and quality assurance plans. Interested bidders are encouraged to contact the Contract Specialist, Syreeta Newsuan, for further inquiry. This solicitation reflects the VA's commitment to providing essential services while supporting veteran-owned businesses.
    The document outlines a solicitation for Perfusionist Services by the Department of Veterans Affairs (VA) for the Rocky Mountain Regional VA Medical Center (RMRVAMC). The procurement seeks qualified contractors to provide comprehensive perfusion services, including on-site autotransfusion and cardiac support during surgical operations. The service period is set for a base of six months beginning November 1, 2024, with two additional six-month option periods. Contractors must adhere to strict qualifications, including licensing, board certification, and experience standards for personnel involved. The RFP emphasizes compliance with various existing VA policies, quality assurance measures, and documentation protocols using the VA's electronic health record system. Contractors are obligated to provide staff who meet specified educational and training requirements, ensuring they maintain a high standard of patient care in alignment with national healthcare regulations. Contractors will be evaluated based on their ability to provide timely service, maintain appropriate credentials, and uphold the quality of care as mandated by the VA. A significant focus is placed on the integration of safety measures, training adherence, and the necessity for personnel to possess a thorough understanding of medical requirements and operational protocols within a VA setting.
    The document outlines the Contractor Certification concerning compliance with the Immigration and Nationality Act of 1952, as amended, particularly as it pertains to non-immigrant foreign nationals working under contract for the Department of Veterans Affairs (VA). It mandates that contractors must not knowingly employ illegal aliens or those violating their immigration status while servicing VA patient referrals. Furthermore, contractors are obligated to adhere to "E-Verify" requirements under Executive Order 12989 and related federal regulations. Non-compliance could lead to sanctions, including barring non-compliant foreign nationals from employment at the contractor's place of business and potential contract termination for breach of these terms. Contractors are also required to obtain similar certification from subcontractors. Additionally, false certification can result in prosecution under relevant U.S. laws. This certification process is part of broader government RFP protocols ensuring the legality of employment practices within entities receiving federal contracts or grants.
    The VA Handbook 6500.6 Appendix D establishes a User Agreement outlining the rules of behavior for contractors accessing Department of Veterans Affairs (VA) information systems and data. Key points include the acknowledgment of no expectation of privacy while using VA systems, consent to supervision and monitoring by VA staff, and the prohibition of unauthorized access or modifications to VA data. Contractors must protect sensitive information, follow established security protocols, and use only authorized systems and software. Violations may result in criminal, civil, or administrative penalties. Additionally, contractors must report security incidents and complete mandatory training in information security. The document reinforces the responsibility of contractors to uphold VA’s data security and privacy directives as part of their contractual obligations. This framework is vital to ensuring the integrity and security of sensitive information within federal government operations, reflecting the importance of stringent compliance in federal contracts and grants management.
    The document outlines the requirements concerning Organizational Conflicts of Interest (OCI) for healthcare contracts as mandated by the Veterans Affairs Acquisition Regulation (VAAR). It emphasizes the need for Offerors to disclose any potential or actual conflicts that could impair their objectivity or provide an unfair advantage. Specifically, the Offeror must submit a statement detailing relevant financial, contractual, or organizational interests related to the services under the solicitation, including information for any consultants and subcontractors. The Contracting Officer will assess this information to determine whether an OCI exists and can be mitigated. If a conflict cannot be resolved satisfactorily, a waiver may be requested. Additionally, nondisclosure or misrepresentation of conflicts could lead to contract termination at no cost to the Government. This document underscores the importance of transparency and integrity in government contracting to maintain a level playing field and ensure impartiality in service delivery.
    The Quality Assurance Surveillance Plan (QASP) outlines the roles, responsibilities, and performance standards required for contractor oversight within federal contracts. Key personnel include the Contracting Officer (CO) and the Contracting Officer’s Representative (COR), both tasked with ensuring contract compliance and proper performance surveillance. The contractor is held accountable for all contract terms and will be monitored through various methods, including direct observation, periodic inspections, and random sampling. Performance metrics are established to evaluate contractor compliance, with a focus on qualifications, timely patient access, safety reporting, and training adherence. Ratings such as Outstanding, Very Good, Satisfactory, Marginal, and Unsatisfactory are utilized to assess contractor performance. Documentation of performance, both positive and negative, plays a vital role in establishing past performance and potential future contracts. Discrepancies will be formally communicated through Contract Discrepancy Reports (CDRs), promoting accountability and corrective actions as necessary. The QASP ensures that contractor performance meets established government standards, providing a structured approach that prioritizes objective evaluation and continuous improvement in contract execution.
    The document outlines Wage Determination No. 2015-5419 by the U.S. Department of Labor regarding minimum wage rates for contracts governed by the Service Contract Act, effective for 2024. It specifies that contracts awarded on or after January 30, 2022, must pay covered workers a minimum of $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must adhere to a rate of at least $12.90 per hour unless higher rates are specified. The rates vary by occupation, detailing wages for various job roles such as administrative support, automotive service, healthcare, and technical occupations, along with required fringe benefits such as health and welfare and paid time off. Key stipulations include compliance with Executive Order 14026 and provisions for paid sick leave under Executive Order 13706. Additional protocols for unlisted job classifications are provided, emphasizing a conformance process to ensure proper pay rates. The document serves as a critical resource guiding federal contractors in adhering to wage regulations and benefits, reinforcing labor protections and ethical employment practices in federal contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Q502--VASCULAR-THORACIC SURGICAL SERVICES FEDERAL HEALTH CARE CENTER (FHCC)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Vascular-Thoracic Surgical Services at the Captain James A. Lovell Federal Health Care Center (FHCC) in North Chicago, IL. The contract, valued at approximately $16 million, encompasses a one-year base period with four optional one-year extensions, requiring the contractor to deliver comprehensive surgical services, including clinics, surgical procedures, on-call support, and a tumor board, all while adhering to high clinical standards and regulatory compliance. This procurement is vital for enhancing healthcare quality for veteran beneficiaries, ensuring that services meet the standards of civilian medical facilities. Interested contractors should contact Becky Cincotta at becky.cincotta@va.gov for further details and to discuss compliance with the Immigration and Nationality Act and the Small Business Subcontracting Plan requirements.
    6515--Pump Component Circulatory Support
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking sources for a full-service contract to procure Pump Component Circulatory Support, specifically the IMPELLA CP, Cath-Based, LT Per-Q (Part 0048-0003), for the North Texas Veterans Health Care System. The contractor is required to deliver nine units of the specified pump component, ensuring that all items meet the original manufacturer specifications and have a minimum expiration date of two years from the date of purchase. This procurement is crucial for providing advanced medical support to veterans, highlighting the importance of reliable and effective medical equipment in healthcare settings. Interested vendors must submit their capabilities and qualifications via email to Contract Specialist Carlos Flores by 10:00 a.m. Central on October 22, 2024, with the subject line including the notice number 36C25725Q0056. All interested parties are reminded to be registered with the System for Award Management (SAM) and to verify their status as SDVOSBs or VOSBs if applicable.
    6515--Medgas Systems Replacement Grand Junction VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the replacement of Medical Gas Systems at the Grand Junction VA Medical Center in Colorado. The procurement aims to ensure compliance with NFPA 99 standards and involves the installation of medical air and vacuum systems, requiring documentation such as recent inspection reports and detailed floor plans. This project is critical for maintaining high operational standards in veteran healthcare facilities, ensuring the safe and efficient management of medical gases. Interested small businesses must submit their proposals by the extended deadline of October 19, 2024, at 15:00 MST, with inquiries directed to Contract Specialist Stephanie Cahill at Stephanie.Cahill@va.gov or by phone at 303-712-5841.
    R602--575 / Base +4 / Courier Contract / 575-25-1-5057-0001 (VA-25-00003728)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotations for a total small business set-aside contract for courier services to support the Western Colorado VA Health Care System, with a contract period comprising a base year and four option years starting December 1, 2024. The contractor will be responsible for the timely transportation of laboratory specimens and medical supplies among various clinics and the Grand Junction VA Medical Center, adhering to specific regulations and ensuring the confidentiality of patient information. This procurement is critical for maintaining operational efficiency and supporting patient care within the VA healthcare delivery system. Interested vendors must submit their quotations and supporting documents via email to Contract Specialist Jim Lewis by 2:00 PM MDT on October 21, 2024, with a focus on demonstrating specialized experience in courier services for medical materials and compliance with wage determinations under the Service Contract Act.
    R499--Histopathology Technician and Medical Technologist
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide one Medical Technologist and one Histopathology Technician at the G.V. Montgomery VA Medical Center in Jackson, MS. The contract, valued at approximately $34 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes specific requirements for staff qualifications, training, and compliance with health and safety regulations. This procurement is crucial for enhancing healthcare services for veterans, ensuring that qualified personnel are available to meet medical laboratory needs. Interested vendors must submit their proposals by October 21, 2024, and can direct inquiries to Contract Specialist Nathan A. Carver at Nathan.Carver@va.gov.
    J065--ValleyLab Electrosurgical Units PM Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide preventive maintenance and repair services for ValleyLab Electrosurgical Units at the George E. Wahlen VA Medical Center in Salt Lake City, Utah. The procurement aims to ensure that the electrosurgical units operate within Original Equipment Manufacturer (OEM) specifications, including the provision of parts and software support at no additional cost. These services are critical for maintaining the functionality and safety of medical equipment used in patient care. Interested businesses must submit their contact information and a capability statement by October 24, 2024, to Contract Specialist Crystal Volmar at crystal.volmar@va.gov or by phone at 303-712-5825, as this presolicitation serves as a preliminary step in the bidding process.
    6640--Coagulation Follow-on Contract (VA-25-00007795) 589-25-3-1598-0003
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide clinical laboratory coagulation instrumentation services for its VISN 15 facilities. This procurement aims to establish a Cost-Per Reportable Result (CPRR) Blanket Purchase Agreement for coagulation equipment and related testing supplies, ensuring high-quality and efficient laboratory operations. The selected contractor will be responsible for delivering, installing, and maintaining the equipment, as well as providing necessary training and support, with the contract expected to commence on May 1, 2025. Interested parties must submit their responses to the Sources Sought Notice by October 21, 2024, to Contracting Officer Lisa A. Buchanan at lisa.buchanan1@va.gov.
    MSPV FY25 OCTOBER GAP ITEMS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to issue a Request for Quotes (RFQ) for the acquisition of consumable medical and surgical supplies under the Medical/Surgical Prime Vendor (MSPV) Program, with a presolicitation notice expected around October 31, 2024. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will follow a tiered evaluation process prioritizing SDVOSB concerns, followed by Veteran-Owned Small Businesses (VOSB), small businesses with HUBZone and 8(a) participants, and finally large business concerns. The MSPV Program aims to streamline the sourcing and distribution of medical supplies to Veterans Administration Medical Centers and related facilities across the United States and its territories, with the establishment of Blanket Purchase Agreements (BPAs) being a key component of this initiative. Interested vendors should submit their inquiries and feedback regarding the draft quote sheet by October 24, 2024, and are encouraged to contact Contracting Officers Brett Cook and Michael Pierson via email for further information.
    J065--Draeger Ventilators Service Agreement FY25-Base Plus 3
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide a service agreement for Draeger ventilators for fiscal year 2025, with an option for three additional years. The procurement aims to ensure the maintenance and repair of critical medical equipment, which is essential for patient care in various healthcare settings. This opportunity falls under the NAICS code 811210, focusing on electronic and precision equipment repair and maintenance, and is particularly important for maintaining the operational readiness of medical facilities. Interested parties should contact Contracting Specialist Tammy Wilson at Tammy.Wilson5@va.gov or (254) 899-6014 for further details regarding the statement of work and submission requirements.
    Police Security Systems/ Surveillance & Maintenance Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide comprehensive monitoring, troubleshooting, and maintenance services for security systems at the El Paso VA Health Care System (EPVAHCS). The contract, identified by solicitation number 36C25724Q1005, includes a base period plus four option years, with an estimated total value of $25 million, and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This procurement is crucial for enhancing the security infrastructure of VA medical facilities, ensuring effective monitoring and rapid response capabilities across multiple locations. Interested parties must submit their proposals by October 30, 2024, at 12:00 PM Central Time, and can direct inquiries to Contract Specialist Stephanie Reeves at stephanie.reeves@va.gov or by phone at 254-271-7853.