Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2011 FBO #3546
DOCUMENT

Q -- Breast Imaging Services - ABJ CBOC - Attachment

Notice Date
8/8/2011
 
Notice Type
Attachment
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Veterans Affairs;GLAC (69D);115 South 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
VA69D11RQ0436
 
Response Due
8/11/2011
 
Archive Date
9/10/2011
 
Point of Contact
Jennie OMalley
 
E-Mail Address
4-4828<br
 
Small Business Set-Aside
N/A
 
Description
Intent to Sole Source Contract Award This notice is for information purposes only. The Great Lakes Acquisition Center intends to negotiate a 6 month sole source contract award with Advanced Imaging Center, LLC of Shererville, Indiana to provide Breast Imaging Services for the Crown Point, Indiana CBOC under the authority of 41 U.S.C. 253(c)(1), 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy. Technical Scope: The Contractor is responsible for all supplies and services required for breast imaging services for the patients of the ABJ Crown Point CBOC. It is necessary for the Contractor facility to be located within 25 miles of the CBOC because of the patient population and access to public transportation. It is also necessary that contract personnel working under this contract are cleared through the VetPro system at time of award. The Contractor will provide outpatient mammography screening, stereotactic image guided biopsy, computer aided detection technology, breast ultrasound, ultrasound guided breast biopsy/cyst aspiration, and associated cytology. VA anticipates the use of CPTs 76082, 76083, 77051,77052, 7054,77055,77056, 77057, 10021, 10022, 88172, 88173, 19000, 19001, 77031, 76096, 76098, 6942, 19100, 19101, 19102, 19103, 19120, 19125, 19126, 19290, 19291, 19295, 88305, 76645. This list is not exhaustive. An American Registry of Radiologic Technologists (ARRT) technologist will provide technical services. Documentation of license, continuing education and continuing experience is required. Each mammography procedure must be performed by a licensed Medical physicist utilizing equipment in compliance with industry standards. Interpreting radiologist will meet ACR license, continuing education and continuing experience requirement. Additionally, the Contractor is held to the Mammography Quality Standards Act regarding image archiving and film release. The Contractor will be required to interpret the exams and provide results to both the VA and the patient. Exams will be interpreted by the contractor and a verified final report will be faxed to the VA within 48 hours. Notification of results to the patient is to be communicated in accordance with Mammography Quality Standards Act (MQSA). Exam findings that are suspicious for significant abnormality biopsy recommended (BI-RAD 4) or highly suggestive of malignancy (BI-RAD 5) are to be communicated by the interpreting radiologist directly and immediately to VA designated physician or number. The VA in coordination with the patient will be responsible for scheduling appointments with the Contractor provided appointment times. Appointment times must be available between the hours of 8:00 am and 5:00 pm CST. Contractor must be able to have appointments available within three weeks of request. The Contractor is required to track and document no show, refusal of procedures or inability to contact patient; and, provide a report minimally on a monthly basis. Period of Performance: September 1, 2011 through March 31, 2011. Other persons may identify their interest and capability to respond to this requirement by August 11, 2011. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirement by August 11, 2011; these will be evaluated by the government. A determination by the government not to open the requirement to competition based upon responses to this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. No solicitation documents are available and no telephone request will be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D11RQ0436/listing.html)
 
Document(s)
Attachment
 
File Name: VA-69D-11-RQ-0436 VA-69D-11-RQ-0436.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=229180&FileName=VA-69D-11-RQ-0436-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=229180&FileName=VA-69D-11-RQ-0436-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Contractor's facility; within 25 miles of;9330 South Broadway, Crown Point, IN 46307
Zip Code: 46307
 
Record
SN02525929-W 20110810/110808235649-14aadff69b0e909901c66d21301814ea (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 |
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.