Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2003 FBO #0654
SOLICITATION NOTICE

Q -- X-Ray Interpretation Service

Notice Date
9/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, TX, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
F41642-03-Q-0004
 
Response Due
9/16/2003
 
Archive Date
10/1/2003
 
Point of Contact
Jose LopezValdez, Contract Administrator, Phone 9156962289, Fax 9156964084, - John Hebdon, Contract Administrator, Phone (915) 696-4429, Fax (915) 696-4078,
 
E-Mail Address
jose.lopezvaldez@dyess..af.mil, john.hebdon@dyess.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. This solicitation F41652-03-Q-0004 is issued as a request for quotes. This solicitation document & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2001-13. This procurement is a 100% small business set-aside and the award will be made on funds avalability. The NIACS Code is 621512 with a size standard of $11,500,000. You must be registered in the Central Contractor Registration (CCR) to bid on this solicitation. DESCRIPTION: LICENSES/APPROVAL: 1.1 The Radiology Department of the 7th Medical Group will be the only point of contact for arranging interpretation of developed x-ray film for the 7th Medical Group. Only those examination interpretation requests transported from radiology services will be paid for. 1.2 The Contractor shall provide evidence that employees reviewing the developed x-ray film are board certified, or board eligible, by the American Board of Radiology and shall possess an unrestricted medical license to practice radiology from a U.S. jurisdiction. 1.3 The contractor shall submit their detailed quality assurance program to the Government prior to start of services. 1.4 The Contractor shall submit a detailed example of their Utilization Management Information prior to start of services. GOVERNMENT PROVIDER: 2.1 The Government shall fax a packing list the day of film shipment to the Contractor identify the patient x-rays. The Government shall also include the aforementioned packing list with the actual shipment of films. 2.1 The Government will package and ship film in a protective container for delivery to Contractor facility, using Contractor provided pre-addressed labels or air bills and shipping containers. 2.3 Upon award the Government will provide the Contractor an up to date listing of points of contact at the 7th Medical Group as well as current phone and fax numbers. 2.4 The Government will provide Telnet-FTP telephone access for CHCS input. CONTRACTOR PROVIDED: 3.1 The Contractor shall be responsible for all transportation of examination films to and from the 7th Medical Group radiology department. 3.2 The contractor will provide all services supplies necessary to perform the required interpretations and provide the required reports. 3.3 The Contractor will provide all shipping supplies (i.e., pre-addressed shipping labels/air bills and shipping container). COST OF SHIPPING IS THE RESPONSIBILITY OF THE CONTRACTOR. SPECIFIED TASKS: 4.1 GENERAL: The radiologist shall provide diagnostic interpretation of radiological examinations performed by Government personnel and provide further diagnostic consultation related to diagnostic imaging upon request, to the other members of the medical staff. ?Examination? as referred to herein of individual patient examinations, which may consist of one or more films/x-rays. 4.1.1 Typed diagnostic reports shall accompany the examinations upon return to the 7th Medical Group within three (3) government workdays. After initial shipment. 4.1.2 Verbal telephone reports and /or faxed reports shall be provided by the next government workday to radiology services personnel of any unsuspected/suspected/significant abnormalities found during interpretation of the examination(s). CHCS: 5.1 The Contractor must demonstrate Composite Health Care System (CHCS) interface ability. Reports are to be typed in the 7th Medical Group CHCS system using the standard Radiology format. This demonstration shall consist of a sample typed radiological report sent from their off-site location and retrieved on the 7th Medical Group CHCS system. 5.2 Upon purchase order, the Contractor shall be authorized access to the Medical Group radiology department and CHCS personnel to brief and train the POC?s on the off-site program, the completion of the patient tracking log, and the packaging of the films. 5.3 The Contractor must complete diagnostic reporting within ten (10) hours of receipt of film in the off-site facility. 5.4 Contractor MUST provide a minimum of five (5) DOD MTF?s POC?s who require similar CHCS service. FILM LOGISTICS: 6.1 The Contractor will provide next express delivery service from the 7th Medical Group radiology department to the Contractor?s facility, and 2 day express delivery of exams back to the 7th Medical Group Radiology Department. Film must be returned within three (3) duty days. 6.2 The Contractor shall provide the 7th Medical Group radiology service with a patient/film-tracking log. 6.3 Contractor will provide all shipping boxes. 6.4 Developed x-ray films are the property of the United States Air Force. 6.5 The Contractor shall maintain an inventory system for examination films received and returned to the 7th Medical Group. UTILIZATION MANAGEMENT INFORMATION (UM) REPORTING: 7.1 Contractor must provide actual UM reports prior to start of services. 7.2 Contractor will provide by the 15th of each month, the previous month?s Utilization Management Information (UM). Report for only those studies read by the Contractor. 7.3 UM is incorporated at no additional cost to the Government. 7.4 UM reporting will reflect: a) Top Five Radiology Procedures by percentage (color graphic presentation). b) Client Summary Report ? Data provided by most frequently interpreted study by: Type of Study, CPT Code, Quantity, Percent of Total. c) Top Five Referring Physicians by percent (color graphic presentation). d) Referring Physician Summary Report-Data reflects highest requester of radiology services. Utilization below five studies/month is not required. e) Referring physician Detail Report-Data indicates physician-ordering patterns by: Physician name, Type of study, Quantity, Percent of Total. Provision at FAR 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. This award will be made on the basis of lowest price and unit of quantity is "per slide processed, technically acceptable. Include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with this offer. Clause at 52.212-4, contract Terms and Conditions-Commercial Items, applies to this acquisition. Clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and the following FAR clauses are cited: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; Clause at FAR 52.222-19, Child Labor; FAR 52.222-41, Service Contract Act Of 1965, As Amended; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans & Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans & Veterans of the Vietnam Era; FAR 52.222-42, Statement of Equivalent Rates For Federal Hire; FAR 52.225-3, Buy American Act-Supplies; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Additional Contract Terms & Conditions applicable to this procurement are: DFAR 252.212-7001, Contract Terms and Conditions required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items is hereby incorporated by reference. DFAR 252.225-7036, North American Free Trade Agreement Implementation Act, is incorporated by reference. Offers are due to: 7 CONS/LGCB, 381 Third Street, Dyess AFB, TX 79607 or Fax (915) 696-4078, by 23 September 2003. Please contact A1C Jose LopezValdez by telephone (915-696-4188) or by e-mail (jose.lopezvaldez@dyess.af.mil) with any questions. Offerors shall comply with FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Lack of registration will make an offeror ineligible for award. Offerors may register by calling 1-888-227-2423, or via the Internet at www.ccr.dlsc.dla.mil.
 
Place of Performance
Address: Dyess AFB
Zip Code: 79606
Country: USA
 
Record
SN00430904-W 20030912/030910213225 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.