California Bids > Bid Detail

6515--Pediatrics_Orthopedic Repair & Fabrication

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159341389823342
Posted Date: Mar 15, 2023
Due Date: Mar 23, 2023
Solicitation No: 36C26223Q0679
Source: https://sam.gov/opp/e81a0342f5...
Follow
6515--Pediatrics_Orthopedic Repair & Fabrication
Active
Contract Opportunity
Notice ID
36C26223Q0679
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 15, 2023 09:29 am PDT
  • Original Response Date: Mar 23, 2023 10:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    VA Phoenix, VA San Diego, VA Loma Linda, VA Long Beach, VA Greater Los Angeles, , CA
    USA
Description


SOURCES SOUGHT SYNOPSIS ONLY
This request for information (RFI) and sources sought is issued solely for information and planning purposes only and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI in accordance with FAR 15.201(e).
The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources, their socioeconomic status, and their size classification relative to NAICS 339113 Surgical Appliance and Supplies Manufacturing, size standard of 78,083 employees. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. This synopsis is neither a request for competitive proposal nor a solicitation of offers. This synopsis is neither a request for competitive proposal nor a solicitation of offerors. This synopsis is to assist the VA in determining sources only and a solicitation is not currently available. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from responses to this RFI and sources sought.
The Department of Veterans Affairs Veterans Integrated Service Network (VISN) 22 is seeking potential sources capable of providing fabrication and/or repair services of prosthetic and orthopedics in strict conformance to the prescriptions that have been provided by the VA Amputee Clinic Team.
The VA provides artificial limbs, orthotic appliances, pedorthic appliances, and related services to Veterans who are eligible for VA health care services and have medical needs for such items and services. This acquisition will supplement VA facilities in providing comprehensive prosthetic care and support to the Veterans in need. The proposed action is for a fixed price, indefinite quantity (IDIQ) contract for a One (1) year base period of performance and Four (4) one-year option periods.. Please see DRAFT EXCERPT from the Performance Work Statement (PWS) on page two. The solicitation only includes commercial items. Products that are not commercial items are considered experimental and purchase of experimental products shall not be authorized under this solicitation.
The Government contemplates issuing one (1) solicitation for these services to be provided to the following facilities:
VA Long Beach Healthcare System VA New Mexico Healthcare System
5901 E. 7th Street 1501 San Pedro SE
Long Beach CA, 90822 Albuquerque, NM 87108

VA Loma Linda Healthcare System VA Phoenix Healthcare System
11201 Benton Street 650 E. Indian School Road
Loma Linda CA, 92357 Phoenix, AZ 85012

VA Greater Los Angeles Healthcare System VA Southern Arizona Healthcare System
11301 Wilshire Blvd 3601 S. 6th Ave.
Los Angeles CA, 90073 Tucson, AZ 85723

VA San Diego Healthcare System VA Northern Arizona Healthcare System
3350 La Jolla Village Drive 500 AZ-89
San Diego CA, 92161 Prescott, AZ 86301
Contractor shall provide the following information:
Vendor:
Address:
Telephone Number:
Business Size:
Socioeconomic Category (i.e. SDVOSB, 8a, VOSB, etc.):
Duns Number:

Responses to this sources sought are not request to be added to a prospective bidders list or to receive a copy of the solicitation. Information received as a result of this notice will normally be considered solely for the purpose of determining whether conduct a competitive procurement. This notice does not represent a commitment by the Government to pay for cost incurred in the preparation and submission of information or any other cost incurred as a response to this announcement. Inquiries will only be accepted in writing via email to Jonathan.Ford1@va.gov telephone responses shall not be accepted. Please respond by March 23, 2022 at 10:00am PT.
Note* The Non-Manufacturer Rule (NMR) in accordance with 13 CFR § 121.406, September 4, 2019 applies to this acquisition.
a) For small business set-asides other than construction or service contracts the prime contractor that s supplying products to the government is required to cover at least 50 percent of the cost of manufacturing those products. The non-manufacturer rule is an exception to that requirement. The rule allows a small business to supply products it did not manufacture as long as those products come from another small business.
b) A manufacturer is defined as a business that, with its own facilities, performs primary activities in transforming inorganic or organic substances, including the assembly of parts and components, into the end product being acquired. In other words, a manufacturer makes or produces products. Businesses may qualify as a non-manufacturer if it meets the following criteria:
Does not exceed 500 employees
Is primarily engaged in the retail or wholesale trade and normally sells the type of products being supplied
Will supply the end products of a small business manufacturer or processor made in the United States, or obtains a waiver of such requirement
See Title 13 Part 121.406 of the Code of Federal Regulations (CFR) for detailed information about the non-manufacturer rule.
The Following below is a description of the items and services needed for each facility:

ITEM
NO.
DESCRIPTION
ESTIMATED
ANNUAL
QUANTITY
% off of CMS Rate
A
VA Long Beach, CA HEALTHCARE SYSTEM


A-1
Artificial Limbs
1150

A-2
Orthotic Appliances
200

A-3
Pedorthic (Shoes and Inserts)
7400

A-4
Repair Labor Rate (HCPC L7510 and L7520
1000

B
VA Loma Linda, CA HEALTHCARE SYSTEM
B-1
Artificial Limbs
10100

B-2
Orthotic Appliances
4700

B-3
Pedorthic (Shoes and Inserts)
880

B-4
Repair Labor Rate (HCPC L7510 and L7520
400
C
VA San Diego, CA HEALTHCARE SYSTEM
C-1
C-2
Artificial Limbs
Orthotic Appliances
18100
800

C-3
Pedorthic (Shoes and Inserts)
11350

C-4
Repair Labor Rate (HCPC L7510 and L7520

500

D
VA Greater Los Angeles, CA HEALTHCARE SYSTEM
D-1
Artificial Limbs
7900

D-2
Orthotic Appliances
1200

D-3
Pedorthic (Shoes and Inserts)
6700

D-4
Repair Labor Rate (HCPC L7510 and L7520
500

E
New Mexico VA HEALTH CARE SYSTEM
E-1
Artificial Limbs
18500

E-2
Orthotic Appliances
8700

E-3
E-4
Pedorthic (Shoes and Inserts)
Repair Labor Rate (HCPC L7510 and L7520
2000
1000

F
F-1
Phoenix, AZ VA HEALTH CARE SYSTEM
Artificial Limbs

6000

F-2
F-3
Orthotic Appliances
Pedorthic (Shoes and Inserts)
400
1000

F-4

Repair Labor Rate (HCPC L7510 and L7520
7600

G
Northern AZ VA HEALTH CARE SYSTEM
G-1

Artificial Limbs
G-2
G-3
G-4

Orthotic Appliances
Pedorthic (Shoes and Inserts)
Repair Labor Rate (HCPC L7510 and L7520

1000
8000
2000
4000
H
Southern AZ VA HEALTH CARE SYSTEM
H-1
H-2
H-3
H-4

Artificial Limbs
Orthotic Appliances
Pedorthic (Shoes and Inserts)
Repair Labor Rate (HCPC L7510 and L7520

900
1000
3000
400

PERFORMANCE WORK STATEMENT (PWS) (DRAFT EXCEPT)

PROSTHETICS & ORTHOPEDICS FABRICATION AND REPAIR

1. BACKGROUND

The Department of Veterans Affairs (VA), Veterans Integrated Service Network (VISN) 22, provides artificial limbs, orthotic appliances, pedorthic appliances, and related services to Veterans who are eligible for VA health care services and have medical needs for such items and services. This acquisition will supplement VA facilities in providing comprehensive prosthetic care and support to the Veterans in need. The VA VISN 22 is seeking qualified vendors to provide the required services at a discount off of the listed Centers for Medicare & Medicade Services (CMS) rates.

2. SCOPE

The solicitation only includes commercial items. Products that are not commercial items are
considered experimental and purchase of experimental products shall not be authorized under
this solicitation or subsequent contract.

The below VISN 22 hospital facilities are eligible to received items and related services identified herein :
1. VA Long Beach Healthcare System
5901 East Seventh Street
Long Beach, CA 90822

2. VA Loma Linda Healthcare System
26001 Redlands Blvd
Loma Linda, CA 92373

3. VA San Diego Healthcare System
3350 La Jolla Village Drive
San Diego, CA 92161

4. VA Greater Los Angeles Healthcare
System
11301 Wilshire Boulevard
Los Angeles, CA 90073

5. New Mexico VA Health Care System
1501 San Pedro Dr. SE
Albuquerque, NM 87108

6. Phoenix VA Health Care System
650 E Indian School Rd
Phoenix, AZ 85012

7. Northern Arizona VA Health Care System
500 N Hwy 89
Prescott, AZ 86313

8. Southern Arizona VA Health Care System
3601 South 6th Ave
Tucson, AZ 85723


3. SERVICE SPECIFICATIONS

3.1 ARTIFICIAL LIMBS: The Contractor shall fabricate all artificial limbs in strict conformance to the prosthetic prescription that has been provided by the VA Amputee Clinic Team. The VA will provide a list of approved L Codes for work to be provided by the Contractor with the specific prescription. The Contractor shall not add or substitute components or alter the veteran s prescription in any way without prior approval and written authorization from the VA Amputee Clinic Team, Prosthetic Representative or designee.

3.2 ORTHOTIC APPLIANCES: The Contractor shall fabricate all orthotic appliances in strict conformance to the orthotic prescription that has been provided by the VA Clinic Team. The Contractor shall not add or substitute components or alter the veteran s prescription in any way without prior approval and written authorization from the VA Clinic Team, Prosthetic Representative or designee.

3.3 PEDORTHIC APPLIANCES: The Contractor shall fabricate all pedorthic appliances in strict conformance to the pedorthic prescription that has been submitted by the designated VA provider. The Contractor shall provide all items listed on the10-90 request and shall not add, omit or substitute components or alter the veteran s prescription in any way without prior approval and written authorization from the VA Clinic Team, Prosthetic Representative or designee. All footwear provided to the Veterans must appear on the PDCAC product classification list. (https://www.dmepdac.com/dmecsapp/dp/productsearch) for A5500 diabetic shoes regardless of the patients diagnosis.
3.4 It will continue to be VA s policy to permit all service connected and non-service connected prosthetic needs Veteran beneficiaries who have continuing eligibility and who have an established care relationship with an existing Prosthetist or Orthotist to continue to use that vendor provided that the vendor is willing to accept all current preferred provider terms for the geographical area covered by the VA contracts, follow the same directions as in the VA contracts by all contractors, and accepts the average Centers for Medicare & Medicaid Services (CMS) discount for the covered area (Southern California, Arizona and/or New Mexico).

3.5 Solicitation of Beneficiaries: The contractor shall not directly, or indirectly through agents, solicit eligible Veterans through any means such as, but not limited to, utilizing any advertisements or mailing lists (see Contract Clause 852.270-4 Commercial Advertising), contacting the Veteran directly, VA clinics, etc. VA personnel shall not direct, guide, or prompt a Veteran to a specific contractor except when a physician determines that it is a medical necessity. To assist in the selection of a Prosthetist or Orthotist, all eligible Veterans shall be given a current list of the contracted providers that are located in the Healthcare Facility s jurisdiction and shall state the business classification of the contractor (i.e.: Service Disabled Veteran Owned, Woman owed, Minority owned, 8(a), HubZone, etc.) Each list of contracted providers shall contain the following header statement in boldface type:
YOU HAVE THE RIGHT TO SELECT THE PROSTHETIST OR ORTHOTIST CONTRACTOR OF YOUR CHOICE FROM ANY OF THE VA APPROVED CONTRACTORS. ANY ATTEMPT TO INFLUENCE YOUR DECISION OR TO DIRECT YOU TO ANY PARTICULAR CONTRACTOR SHOULD BE REPORTED TO THE HEALTHCARE FACILITY DIRECTOR OF THIS FACILITY.
4. PERFORMANCE, DELIVERY, INSPECTION AND ACCEPTANCE
4.1 Veteran beneficiaries who are experienced prosthetic/orthotic wearers will have the option of being measured, fitted, and accept conditional or initial delivery of their prosthetic limb or orthotic appliance at the contractor s facility.

4.2 Veteran beneficiaries who are not experienced prosthetic/orthotic wearers (first time prosthetic/orthotic user) will normally be measured, fitted, and accept delivery at the ordering VA facility.

4.3 Expedited Delivery: In the event the Government desires expedited delivery, the ordering activity shall telephonically contact the contractor and inquire into the feasibility of obtaining expedited delivery. The contractor shall respond within 24 hours to such request and expedited delivery shall be mutually agreed upon in writing.
4.4 Semi-Annual Service: The Contractor may provide up to two (2) annual service visits to each veteran for whom the Contractor is managing prosthetic limb care. For the purposes of this contract, semi-annual service is defined as a follow up visit for inspection of the prosthetic limb(s) and evaluation for fit and function for all VA-approved prosthetic limb(s) the patient owns and is actively using. Typically, semi-annual service includes inspection, testing, cleaning, and checking of the prosthetic limb(s) and/or residual limb(s) to include maintenance specific to the warranty of devices. Semi-annual service shall not be incumbent upon the number of prosthetic limbs a patient owns. The Contractor shall notify the COR for the required semi-annual service and receive written authorization prior to providing the semi-annual service to the veteran. The following L-Code shall be used for semi-annual service:
L7520 Repair prosthetic device, labor component, per 15 minutes (not to exceed 4 units or 60 minutes)

4.5 Government Supplied Items: VA may provide certain supplies such as shrinkers, liners, sleeves, and socks to the veteran at the discretion of the VA. Any items or supplies provided to the veteran by the Contractor shall be pre-authorized by the VA Amputee Clinic Team by means of a Government purchase card. VA reserves the right to provide prosthetic componentry directly to the vendor such as the following but not limited to: microprocessor knees, prosthetic feet, and terminal devices. When the VA elects to do so, a reasonable number of L7520 units shall be used to bill for the installation of the item.

5. REPAIRS
5.1 All parts procured or fabricated to replace existing parts or to modify previously issued or fabricated device is considered a repair, regardless of who fabricated or supplied the original part. Repair and replacement of minor parts may require adjustments to a prosthetic limb required by wear or a change in the veteran s condition. A minor repair or replacement means repair or replacement that does not significantly alter the function or essential physical characteristics of an item or component or change the purpose of an item or component. The following L-Codes shall be used for the repair and replacement of minor parts and for labor:
L7510 Repair prosthetic device, repair or replace minor parts (not to exceed $500)
L7520 Repair prosthetic device, labor component, per 15 minutes (not to exceed 8 units or 120 minutes)

5.2 Repair and replacement of minor parts and labor requires a purchase order from an authorized Government purchase card holder prior to any performance of work or provision of supplies.

5.3 Loaner Hydraulic and/or Microprocessor Units Requirements: Contractors who are qualified to furnish hydraulic or microprocessor knee mechanisms are required to provide a loaner unit if a Veteran s unit needs repair by the manufacturer. The cost of repairing the malfunctioning unit shall be paid under a separate purchase order. Any salvage value granted by the manufacturer for a non-repairable unit shall be credited to VA against the cost of a replacement unit. The Contractor shall not be reimbursed for loaner units.

6. GENERAL REQUIREMENTS

6.1 The Contractor shall have full-time Prosthetist(s) and/or Orthotist(s) on staff at each of the proposed service locations, with current and valid credentials provided by the American Board Certified (ABC) or Board of Certification Orthotist-Prosthetist (BOC) in good standing. Good standing is defined as participates and achieves appropriate continuing education credits and pays dues as determined by a Certifying Agency such as ABC or BOC.

6.2 Special Education Requirements for Certain Prostheses: The evaluation, fitting and alignment of prosthetic limbs and associated services shall be performed under the supervision of a Prosthetist who has met the applicable educational and training requirements covered under the manufacturing training program for that device. New technologies require proof of training and only those Prosthetists specifically trained or completing training for purposes of providing an item by the time of delivery of the item may provide the item and follow up service to a Veteran. VA will notify the Contractor when current technologies require specialized training from the manufacturer in order to provide to veterans. At a minimum, training shall include educational seminars specific to the fabrication and servicing of these technologies and components that were presented by organizations such as National Association for the Advancement of Orthotics and Prosthetics (NAAOP), American Academy of Orthotics and Prosthetics (AAOP), American Orthotic and Prosthetic Association (AOPA), International Association of Orthotics and Prosthetics (IAOP), or a formal program which is specifically designed to train Prosthetists in the fabrication of these items.

6.3 Special Education Requirements for Certain Orthoses: The evaluation, fitting and
delivery of the orthotics/services must be performed as detailed in the American Board for
Certification s Scope of Practice. At a minimum, training shall include educational seminars
specific to the fabrication and servicing of advanced components that were presented by
organizations such as National Association for the Advancement of Orthotics and Prosthetics
(NAAOP), American Academy of Orthotics and Prosthetics (AAOP), American Orthotic and
Prosthetic Association (AOPA), International Association of Orthotics and Prosthetics (IAOP),
or a formal program which is specifically designed to train Orthotists in the fabrication of these
items. Examples of such advanced Orthotic componentry would include spiral AFO/KAFO
designs, stance control knee joints, RGO s, tenodesis orthoses, AFO or other devices that
involve electrical stimulation of muscles, dynamic contracture orthoses, and any device that
contains a microprocessor on-board unit.

6.4 Approved Facilities: All contractor facilities as well as other fabrication facilities such as commercial central fabrication facilities that will be utilized for this contract shall be listed in the proposal. All direct patient care required under this contract may only be conducted at the facility locations included in the contract. The contractor s facilities shall be accredited either by the Facility Accreditation Program of the ABC or the Accredited Facilities Program of the BOC at the time of proposal submission and throughout the duration of the contract.

6.5 Insurance Requirements: Before commencing work under the contract, the Contractor shall furnish the Contracting Officer with a certification from its insurance companies indicating the coverages for this contract have been obtained and that it may not be changed or canceled without thirty (30) days prior to written notice to the Contracting Officer. The insurance requirements are as follows:
Contractors are required to have Property Damage Liability insurance coverage per state minimum requirement.
Worker s Compensation and Employer s Public Liability insurance in accordance with the laws of the state in which service is provided
6.6 The Contractor s employees shall conform to all regulations (Federal, State and local e.g. TB testing) governing the performance of contracted services in each state in which performance occurs.

7. SPECIAL CONTRACT REQUIREMENTS
7.1 The Contractor shall perform the required work in accordance with the Joint Commission (TJC) and/or ABC and/or BOC standards. All Contractor employees shall continuously meet or exceed TJC and/or ABC and/or BOC standards.

7.2 The Contractor will be responsible to ensure that Contractor employees providing work on this contract are fully trained and completely competent to perform the required work.

7.3 To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Health and Human Services - Office of Inspector General (HHS/OIG), List of Excluded Individuals/Entities on the OIG Website (www.hhs.gov/oig) for each person providing services under this contract.
Attachments/Links
Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 15, 2023 09:29 am PDTSources 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 >