DOCUMENT
Q -- CROWN POINT BREAST IMAGING SERVICES - Attachment
- Notice Date
- 8/30/2011
- 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
- Archive Date
- 10/1/2011
- Point of Contact
- Jennie OMalley
- E-Mail Address
-
4-4828<br
- Small Business Set-Aside
- N/A
- Award Number
- VA69D-P-0635
- Description
- DEPARTMENT OF VETERANS AFFAIRS Justification and Approval For Other Than Full and Open Competition 1.Contracting Activity: Department of Veteran Affairs, Great Lakes Acquisition Center, 115 South 84th Street, Suite 101, Milwaukee, WI 53214 on behalf of the ABJ Crown Point CBOC located at 9330 South Broadway, Crown Point, IN 46307. Purchase Request number: 537-11-4-726-0135. 2.Nature and/or Description of the Action Being Processed: Justification and Approval for Other than Full and Open Competition with Advanced Imaging Center, LLC for breast imaging services for the patients of the Crown Point CBOC. The GLAC proposes entering into a six month FFP emergency contract with the service provider currently under contract. This would allow time to compete the services. 3.Description of Supplies/Services Required to Meet the Agency's Needs: 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 a reasonable geographic location of the CBOC. The program office has determined that a location within 15 miles of the CBOC is reasonable given the patient population and access to public transportation. 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. 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/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. POP: September 1, 2011 through March 31, 2012 Estimated Dollar Value: $23,000 4.Statutory Authority Permitting Other than Full and Open Competition: 41 U.S.C. 253(c)(1), 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy. 5.Demonstration that the Contractor's Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): The current contractor has on-going appointments several weeks out, reaching beyond the current end date. Additionally, the current contractor has all required security measures in place and will allow for undisturbed patient care. Background checks are currently taking several months to complete. No other contractor has the required security clearance. Due to the backlog of security certification, another contractor would not be able to perform the services by the date needed. 6.Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: Internet and on the ground search for additional offerors within a reasonable geographic bound of 25 miles of the CBOC resulted in locating several firms that may be able to technically perform the services. Additionally, a notice of an intent to sole source was posted on FedBizOps. No companies listed themselves as interested vendors nor did any company supply the contracting office with information relating to its capabilities to perform the services. 7.Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: The current agreement is based on XXX% of the Medicare rate for contractor facility for that geographic area. The prior contract was priced at XXX of Medicare and in conversations with the contractor it was discovered that it would continue to offer XXX% Medicare pricing for this six month period. XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX. The total price for this 6 month contract will be approximately $23,000. (See attached IGCE) 8.Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Internet searches revealed that the primary obstacles to additional potential offerors were the requirements to currently having security clearance and the geographic restriction (originally set at 15 miles). These will be negated in the ensuing competition. Additionally, a notice of the requirement was posted on FedBizOps. No contractor responded or signified itself as an interested vendor. 9.Any Other Facts Supporting the Use of Other than Full and Open Competition: None. 10.Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: A notice of an intent to sole source posted on FedbizOps resulted in no vendor indicating its capabilities or listing itself as an "Interested Vendor." 11.A Statement of the Actions, if any, the Agency May Take to Remove or Overcome any Barriers to Competition before Making subsequent acquisitions for the supplies or services required: A competition will be run within the 6 month period this emergency contract allows for. 12.Requirements Certification: I certify that the requirement outlined in this justification is a Bona Fide Need of the Department of Veterans Affairs and that the supporting data under my cognizance, which are included in the justification, are accurate and complete to the best of my knowledge and belief. __________________________________________________________ James WarrenDATE Operations Manager, Radiology ServicesJesse Brown VAMC 13. Approvals in accordance with FAR 6.304 a.Contracting Officer's Certification: (required) I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. __________________________________________________________ Jennie M. O'MalleyDATE GLAC Contract Specialist b.Contracting Officer's Certification: (required) I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. __________________________________________________________ Patrice BondDATE Contracting Officer, Manager ***NOTE: Signed original is in CO's files. This copy was loaded in order to ease the redaction of proprietary information. *******
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/23e8e4ff7257410414ab2f48fa719521)
- Document(s)
- Attachment
- File Name: VA69D-P-0635 VA69D-P-0635.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=245203&FileName=VA69D-P-0635-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=245203&FileName=VA69D-P-0635-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA69D-P-0635 VA69D-P-0635.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=245203&FileName=VA69D-P-0635-000.docx)
- Record
- SN02555442-W 20110901/110830235850-23e8e4ff7257410414ab2f48fa719521 (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 |