Q702--Audiology Health Technician Service - MPLS PoP 12/12/2024-12/11/2025+4
ID: 36C26325R0004Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Offices of Physical, Occupational and Speech Therapists, and Audiologists (621340)

PSC

TECHNICAL MEDICAL SUPPORT (Q702)

Set Aside

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

    The Department of Veterans Affairs is seeking proposals for Onsite Audiology Health Technician Services at the Minneapolis VA Health Care System and Twin Ports Community-Based Outpatient Clinic (CBOC). The contract requires five full-time equivalent Audiology Health Technicians to provide essential services, including hearing aid education, maintenance, repairs, data management, and cerumen management, with a performance period from December 12, 2024, to December 11, 2025, and the potential for four additional option years. This procurement underscores the VA's commitment to delivering high-quality audiology services to veterans, adhering to healthcare standards and regulatory compliance. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by October 10, 2024, at 11 AM Central Time, and can contact Contract Officer Daniel Vagts at daniel.vagts@va.gov or 651-293-3040 for further information.

    Point(s) of Contact
    Daniel VagtsContract Officer
    (651) 293-3040
    daniel.vagts@va.gov
    Files
    Title
    Posted
    The Veterans Affairs Department is soliciting proposals for Audiology Health Technician Services in Minneapolis, with a performance period from December 12, 2024, to December 11, 2025, potentially extendable for four additional years. The solicitation number is 36C26325R0004, with responses due by October 10, 2024, at 11 AM Central Time. This RFP is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The contracting office is located at 316 Robert Street N, Suite 506, St. Paul, MN 55101, under the supervision of Contract Officer Daniel Vagts, who can be contacted via email or phone for further information. Additional documents relevant to the proposal are provided, including guidelines on behavior, background investigations, quality assurance, and compliance with federal regulations. The purpose of this solicitation is to procure specialized services to enhance healthcare provision for veterans, ensuring adherence to quality standards and regulatory requirements essential for operation within VA facilities.
    The Department of Veterans Affairs (VA) National Rules of Behavior outlines the acceptable conduct for individuals accessing VA information systems. Users acknowledge that there is no expectation of privacy regarding their actions on these systems, which may be monitored by authorized personnel, including supervisory staff and information security officers. Prohibited actions include unauthorized access, modification, or misuse of VA information systems, which can lead to disciplinary measures and potential criminal penalties. Users must report suspected information security incidents and comply with specific guidelines for accessing, storing, and disposing of sensitive information. Furthermore, they must ensure that VA sensitive data is adequately protected using encrypted devices and follow the established procedures for interaction with VA systems. The document emphasizes the importance of comprehensive training on security and privacy measures, supporting the overarching goal of safeguarding VA information and maintaining compliance with federal regulations. Any refusal to sign these rules may adversely affect access to VA systems and employment status.
    The document outlines the procedures for conducting background investigations for contractors working under the Radiation Therapy Contract with the Department of Veterans Affairs. It details a five-step process that includes: 1) submitting a Background Investigation Request Worksheet, 2) completing a Special Agreement Check (fingerprinting), 3) submitting necessary background investigation documents, 4) obtaining a Personal Identity Verification (PIV) card, and 5) completing required training and signing Contractor Rules of Behavior. Each step specifies deadlines, the need for secure document handling, and the roles of various personnel involved, including the contractor and the VHA Service Center's Personnel Security Office. Reciprocity of background investigations from other federal agencies is addressed, along with the impact of non-compliance on contract personnel. The process emphasizes adherence to security requirements, timely submissions, and communication among all parties to ensure successful fulfillment of contractor obligations in line with federal regulations and guidelines.
    The Quality Assurance Surveillance Plan (QASP) outlines a systematic approach for evaluating contractor performance under a government contract, specifically emphasizing the roles and responsibilities of government representatives. Key personnel, such as the Contracting Officer (CO) and Contracting Officer’s Representative (COR), are tasked with ensuring compliance with contract terms and documenting performance evaluations. The QASP identifies the areas to be monitored, the methods of surveillance including direct observation and random sampling, and establishes performance standards and acceptable quality levels. Contractor performance will be assessed against these standards, with ratings ranging from Exceptional to Unsatisfactory based on compliance. Documentation of performance issues is critical, with corrective action plans required if quality levels are unmet. The QASP is designed to be a flexible document, subject to revision based on contractual needs. This document serves as a vital governance tool in federal and state contracting processes, ensuring objective evaluation and continuous improvement in contractor delivery of services.
    The document outlines the obligations of contractors working with the Department of Veterans Affairs (VA) concerning compliance with the Immigration and Nationality Act and related immigration laws. It mandates that contractors must not employ or sub-contract illegal aliens or foreign nationals lacking valid immigration status. Furthermore, contractors are required to fulfill E-Verify responsibilities as per Executive Order 12989 and relevant federal regulations. Should a contractor violate these provisions, the VA reserves the right to prohibit the affected foreign nationals from working in VA-related services, which could lead to the termination of the contract. Contractors are also obliged to obtain similar certifications from their subcontractors, ensuring adherence to immigration compliance at all levels. The document underscores the gravity of accurate certification, warning that false claims may result in legal prosecution under Title 18 of the U.S. Code. Ultimately, this certification process is vital to uphold the integrity of the contractor’s workforce and to ensure legal compliance while serving veterans.
    The VA Handbook 6500.6 outlines security and privacy guidelines for contractors and subcontractors engaged with the Department of Veterans Affairs (VA). The document mandates that all personnel must adhere to federal laws and VA directives regarding information security. Contractors can only access VA information necessary for contract execution, requiring appropriate background checks as per VA policies. Any unauthorized disclosure or breach of VA information results in potential contract termination or legal repercussions, including liquidated damages for data breaches involving sensitive personal information. The handbook also emphasizes the importance of compliance testing for security controls, mandatory security training for contractors, and rules of behavior for data handling. The contractor must ensure data protection through encryption and must notify VA officials of any security incidents. This comprehensive framework aims to protect sensitive information while ensuring efficient contract management and adherence to security protocols, reflecting the VA's commitment to safeguarding veteran data in the context of federal contracts and grants.
    This document outlines the Contractor Conflict of Interest Certification Statement related to Solicitation # 36C26325R0004 for Onsite Audiology Health Technician Services at the Minneapolis VA Health Care System or TWIN PORT CBOC. The primary purpose is to ensure that the contractor discloses any potential conflicts of interest of key personnel involved in providing the specified services. The contractor certifies that the individuals listed have no current or planned interests that could result in conflicts, or provides an attached statement detailing any such interests. It emphasizes the importance of transparency regarding financial, contractual, or organizational interests that might affect the services delivered. The certification is signed by a certifying official, affirming the accuracy of the information provided. This document is crucial in maintaining accountability and integrity in the procurement process within government contract management.
    The document is a solicitation for Onsite Audiology Health Technician Services for the Department of Veterans Affairs (VA) at the Minneapolis VA Health Care System and Twin Ports Community-Based Outpatient Clinic (CBOC). It outlines the contract details, including the need for five full-time equivalent (FTE) Audiology Health Technicians, required qualifications, and responsibilities. Services will include providing hearing aid education, maintenance, repairs, data management, and cerumen management. The contract period spans from December 12, 2024, to December 11, 2025, with four option periods. It emphasizes adherence to various healthcare directives and standards set by VA and The Joint Commission. Invoices must be submitted electronically, and quality assurance measures will monitor contractor performance. Additionally, the document stipulates various regulatory compliance obligations, including the need for proper licensure, certification, training, and maintaining standards of care that align with national guidelines. Overall, the solicitation reveals the VA's commitment to providing high-quality audiology services to veterans, reflecting government procurement standards and practices.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J065--Audiology Service Plan
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking information from potential vendors regarding a service plan for audiology equipment maintenance. The procurement aims to establish a comprehensive service agreement that includes preventative and corrective maintenance, parts provision, and software upgrades, all to be performed by manufacturer-trained technicians who meet specific compliance and certification standards. This initiative is crucial for ensuring the operational efficiency and safety of medical audiology equipment, which is vital for providing quality care to veterans. Interested vendors must submit their responses by 9:00 AM (CST) on September 19, 2024, and can direct inquiries to Lakeisha White at lakeisha.white@va.gov.
    Q523--Surgical Technologist/Technician Service Scrub Tech
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for On-Site Surgical Technologist/Technician Services at the Minneapolis VA Hospital, specifically under solicitation number 36C26325Q0004. The objective is to secure four Full-Time Equivalent (FTE) surgical technicians to support surgical operations from December 1, 2024, to November 30, 2025, with options to extend for four additional years, reflecting the government's commitment to enhancing healthcare services for veterans. The total award amount for this contract is estimated at $34 million, and interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by the extended deadline of October 9, 2024, at 11:00 AM Central Time. For further inquiries, potential offerors can contact Contracting Specialist Morgan Galer at morgan.galer@va.gov or by phone at 605-585-3908.
    6515--NX EQ Hearing Aid Testers
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for the procurement of Hearing Aid Testers, specifically the AudioScan Verifit 2® / Audioscan Axiom® or equal, to enhance patient care across its medical centers nationwide. The requirement includes diagnostic testing and fitting systems for hearing aids, which are crucial for assessing and verifying hearing instrument outputs to ensure optimal patient outcomes. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a single Requirements contract with a base year and four option years, with quotes due by October 7, 2024. Interested vendors must contact Contract Specialist Jalima J. Jones at Jalima.Jones@va.gov or (202) 570-8856 for further inquiries.
    Q201--ON-SITE MEDICAL OFFICER OF THE DAY
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for On-Site Medical Officer of the Day services at the St. Cloud VA Hospital in Minnesota. The contract requires the provision of medical services by physicians, physician assistants, or nurse practitioners, with an anticipated performance period from December 1, 2024, to November 30, 2025, and includes four optional one-year extensions. This procurement is critical for ensuring the delivery of quality healthcare services to veterans, adhering to established medical standards and regulations. Interested offerors must submit their quotes by September 27, 2024, and direct any inquiries to Contract Officer John Becker at john.becker3@va.gov or 605-585-3908.
    Q515--Medical Technologists On-Site Services TVHS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Medical Technologist and Technician services for the Tennessee Valley Healthcare System VA Medical Center. The contract, identified as 36C24924R0097, will support staffing needs at the Nashville and Alvin C. York campuses, with specific requirements for weekday, holiday, and weekend shifts. This procurement is crucial for ensuring the delivery of high-quality healthcare services to veterans, with a projected total award amount of approximately $41.5 million for the contract period from November 20, 2024, to November 19, 2025, including options for extension. Interested parties should contact Contract Specialist Melvin Cole at melvin.cole@va.gov for further details and must adhere to all outlined compliance and documentation requirements in the attached RFP.
    2024 Minneapolis Nursing Home Open & Continuous Solicitation 36C26324R0038 0001
    Active
    Veterans Affairs, Department Of
    The Veterans Affairs Department is seeking proposals from Nursing Homes for the Minneapolis VA Health Care System to provide community nursing home services. This solicitation is open until December 31, 2024, and proposals will be accepted during this period. Interested offerors must be registered in the System for Award Management (SAM) and the VIP database if applicable. The solicitation will be issued for full and open competition, and multiple awards are anticipated. Placements will be made in contract nursing home facilities based on availability and the preferences of veterans and their families. For more information, contact Matthew Rose, the Contracting Officer, at Matthew.Rose3@va.gov.
    6520--Carestream RVG 6200 Digital X-Ray Sensors OR EQUAL ITEM
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of Carestream RVG 6200 Digital Intraoral X-Ray Sensors, with a focus on service-disabled veteran-owned small businesses (SDVOSB). The solicitation outlines specific technical requirements for the sensors, including resolution, size limits, and hygienic features, to enhance healthcare services provided to veterans. The estimated project value ranges between $25,000 and $100,000, with quotes due by September 20, 2024. Interested bidders should direct inquiries to Contract Specialist Scott A Reed at scott.reed2@va.gov and ensure compliance with federal procurement regulations, including the Buy American Act.
    5340--Replace Fire Rated Doors - MPLS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified service-disabled veteran-owned small businesses (SDVOSB) to provide fire-rated doors for the Minneapolis VA Health Care System. This procurement, identified by solicitation number 36C26324Q01120, is conducted under Simplified Acquisition Procedures (FAR Part 13) and aims to replace essential fire-rated doors, with a contract period from December 1, 2024, to May 30, 2025. Interested contractors must be registered in the System for Award Management (SAM) and the Vendor Information Page (VIP) at the time of bid submission, ensuring compliance with the NAICS code 332321, which has a size standard of 750 employees. Quotes are due by 1:00 PM on September 27, 2024, and technical inquiries must be submitted by 1:00 PM on September 20, 2024, to the Contract Specialist, Robert Bennett, at robert.bennett8@va.gov. A site visit is scheduled for September 23, 2024, for contractors to inspect the project site.
    Dental Sensor
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the procurement of Carestream Dental Sensors to be supplied to the John J. Pershing VA Medical Center in Poplar Bluff, Missouri. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the delivery of brand new dental sensors that are compatible with existing digital x-ray systems, with a focus on seamless integration and compliance with federal regulations. The procurement aims to enhance dental service delivery at the VA facility, ensuring that advanced technology is readily available for patient care. Proposals are due by September 20, 2024, at 12:00 pm CST, and interested parties should contact Jessica D. Barton at jessica.barton1@va.gov for further information.
    6520--CEREC Primescan AC TP with Steel Sleeve and Sustainment Agreement (Michael E. DeBakey VAMC)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the procurement of two CEREC Primescan AC TP units with steel sleeves and a sustainment agreement for the Michael E. DeBakey VA Medical Center in Houston, Texas. This opportunity, identified by solicitation number 36C25624Q1487, requires vendors to demonstrate their status as approved distributors by the Original Equipment Manufacturer (OEM) and provide relevant documentation with their submissions. The equipment is crucial for enhancing dental restoration capabilities within the VA medical facilities, ensuring high-quality care for veterans. Quotes are due by September 23, 2024, at 11:59 PM CST, and must be submitted electronically to Contracting Officer Jeneice Matthews at jeneice.matthews@va.gov.