DOCUMENT
Q -- Teleradiology Services at VA Caribbean Healthcare System at San Juan Puerto Rico. - Attachment
- Notice Date
- 5/26/2011
- Notice Type
- Attachment
- NAICS
- 621512
— Diagnostic Imaging Centers
- Contracting Office
- Department of Veterans Affairs;Network Contracting Activity - 8;Tres Rios Bldg;27 Gonzalez Giusti Ave, Suite 600;Guaynabo PR 00968
- ZIP Code
- 00968
- Solicitation Number
- VA24811RP0595
- Response Due
- 6/10/2011
- Archive Date
- 6/11/2011
- Point of Contact
- Israel Rodriguez
- E-Mail Address
-
781-8700<br
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs, VA Caribbean Healthcare System (VACHS), San Juan, Puerto Rico will be issuing a Request for Proposals (RFP) to provide professional radiology services for on-demand evenings and nights Monday - Thursday starting at 5:30PM to 7:00AM next day. The on-demand evening and nights services on Friday shall commence at 5:30PM and will continue through the following Monday at 7:00AM. Services required during Federal Holidays shall be provided 24 hours per day commencing at 700 AM until 7:00AM next day. STAT images shall be interpreted with results communicated by telephone to the referring physician and/or uploaded in the patient's electronic medical record (CPRS/VISTA) within an estimated time of thirty (30) minute or less, from receipt of image study. All work is to be performed in accordance with the guidelines established by Federal, State and local ordinances, and with all terms, conditions, provisions, schedules and specifications provided in the solicitation. No solicitation package is available at this time. Solicitation Package will be posted on https://www.fedbizopps.gov on or around June 3, 2011 with an estimated offer due date of June 18, 2011. All other details and information will be contained in the solicitation. This acquisition is a Healthcare Service reserved for SDVOSB concerns; however the Government will accept proposals from small businesses. In the event insufficient SDVOSB concerns participation or companies failure to meet technical qualification, award resulting from such solicitation will be made using the Cascading Set-Aside Procedure as follows: 1st tier: SDVOSB, 2nd tier: VOSB, 3rd tier: all other Small Businesses. Applicable North American Industry Classification System (NAICS) for this acquisition is 621512 and size standard is $13.5 M. The period of performance for this acquisition will consist of a twelve (12) months Base Period f from October 1, 2011 thru September 30, 2012 and one (1) twelve (12) months Option Period from October 1, 2012 thru September 30, 2013. This solicitation will be available in electronic format ONLY. Dissemination is limited to electronic media and the VA WILL NOT PROVIDE HARD COPIES. Any amendments issued to this solicitation will also be available at the URL address. Once the solicitation is posted Offerors are advise that they are responsible to review and for monitoring this solicitation in the website frequently to ensure that they have most up to date information about this acquisition. Offeror are responsible for downloading their own copy of the solicitation and amendments. Questions shall be submitted IN WRITING at the following e-mail address israel.rodriguez-perez@med.va.gov. TELEPHONE CALLS WILL NOT BE HONORED. All requests for information must include solicitation number, title, your company name, phone & fax number, and primary point of contact. Solicitation package will include due date for submitting questions. Proposals shall be mailed or hand carried to: Department of Veterans Affairs, Network Contracting Activity, Tres Rios Building, #27 Ave. J. Gonzalez Giusti, Suite 600 Contracting, Guaynabo PR 00968. Electronic proposal is not acceptable. Solicitation package will have additional instructions available for all interest companies willing to participate in this procurement. This procurement will be performed in accordance with FAR 15.101-2, Lowest price technically acceptable source selection process. Award will be made based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The Government intends to evaluate proposals and award a firm fixed price Indefinite Delivery Requirements type contract without discussions. The following are preliminary technical factors and requirements to be consider and meet prior to a successful contract award: 1. A completed VA-10-2850 (all questions answered and additional information provided if required); 2. Curriculum Vitae; 3. Foreign Medical School Graduates, must have Educational Commission for Foreign Medical Graduates (ECFMG) certificate or "Fifth Pathway"; 4. MD License issue for any US state or territory; 5. Approved post MD medical training by Accreditation Council for Graduate Medical Education (ACGME); 6. American Board of Medical Specialties (ABMS) certification.; 7. Company Joint Commission accreditation; 8. Contractor shall provide professional radiology services for on-demand evenings and nights Monday - Friday (5:30PM to 7:00AM next day) and Saturday, Sunday and Federal Holidays (24 hours each day) coverage interpretation of emergency radiology examinations; 9.STAT images shall be interpreted with results communicated by telephone to the referring physician or uploaded in the patient's electronic medical record (CPRS/VISTA) within an estimated thirty (30) minute or less from receipt of image study; 10. Final reports shall be faxed via secure means to the Medical Center within 2 hours of receipt of image study, 11. Install and maintain external communication systems required for image study delivery to remote radiologists by the use of site-to-site Internet Protocol Security Virtual Private Networking (IPSec VPN) tunnels for remote clients, abiding by the National Institute of Standard and Technology (NIST) Special Publication 800-77 guidelines and recommended by HIPPA and DoD secure procedures; 12. The Contractor shall provide, to the Chief Radiology Service quarterly quality-related statistics related to each physician providing services under this agreement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SJVAMC672/SJVAMC672/VA24811RP0595/listing.html)
- Document(s)
- Attachment
- File Name: VA-248-11-RP-0595 VA-248-11-RP-0595_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=204432&FileName=VA-248-11-RP-0595-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=204432&FileName=VA-248-11-RP-0595-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-248-11-RP-0595 VA-248-11-RP-0595_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=204432&FileName=VA-248-11-RP-0595-000.doc)
- Record
- SN02457550-W 20110528/110526234401-f51a42542a64e511245c8e856ec5bb1f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |