DOCUMENT
Q -- Mobilex-Radiology Services - Attachment
- Notice Date
- 6/28/2013
- Notice Type
- Attachment
- NAICS
- 621512
— Diagnostic Imaging Centers
- Contracting Office
- Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando FL 32803
- ZIP Code
- 32803
- Solicitation Number
- VA24813I2019
- Response Due
- 7/8/2013
- Archive Date
- 8/7/2013
- Point of Contact
- Rohan Mckenzie
- E-Mail Address
-
7-6953<br
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: VA248-13-I-2019 Notice Type: Sources Sought Synopsis: June 28, 2013. PREFACE: This is a Sources Sought Notice only. This is not a request for quotes or proposals. No formal solicitation document exists at this time. PROJECT: Procure Mobilex Radiology Services (see "Background" section) BACKGROUND: The Orlando VA Medical Center (Lake Nona) is conducting market research and seeking information from all interested vendors regarding the availability of Radiology Service(s) described in this Request for Information (RFI). This requirement is for the procurement of: 001: Scope of Work: Contractor to provide X-ray services for the Orlando VA "Center for Living" Medical Facility Lake Nona, 13800 Veterans Way, Orlando, FL 32827. The Orlando VA Medical Center will begin caring for patients at its new extended care patient facility in September 2013. Approximately 55 patients will live in the CLC. General overview: Contractor shall furnish all labor, material, equipment, supervision, and, transportation, necessary to perform X-ray services in accordance with all guidelines established by Federal, and State laws. The Contractor shall abide by all rules and regulation set forth by Florida Statues-Title XXXII chapter 468.302; Regulation of Professions and Occupations. The Contractor shall provide equipment and supplies necessary to perform common Radiographic exams using Contractor's x-ray equipment. Contractor's Technologist immediately creates a DICOM compliant CD for VA to upload at a later time to its PACS for over-reading, Monday - Friday 8am-4:30pm and an Orlando VA Radiologist will interpret the X-rays. The period of performance shall be one year (1) from date of award with four, twelve month option periods. 1)Contractor will provide ARRT certified and Florida licensed X-Ray Technologists who will perform portable radiographs of Chest, Abdomen, bones and joints at the VA Center for Living, hereafter referred to as the "CLC". "Technologist Coverage = Five days per week (Monday-Friday) from 8am - 4:30pm including all holidays. 2)Contractor's X-ray technologists will undergo federal background checks and only those who are approved by VA will be permitted participate in contract work. 3)Contractor must agree to follow Orlando VA radiographic imaging protocols. Orlando Chief of Radiology will provide the successful Contractor with a limited list of standard views for each type of radiographic exam required under the contract. Failure of Technologists to follow the prescribed radiographic protocols will be justification for contract termination. 4)Contractor agrees to have at least three (3), but no more than five (5) ARRT certified/ Florida licensed X-ray Technologists providing Service to the VA under this contract (justification is related to government resources needed to complete background checks. 5)An authorized VA healthcare provider will enter the proposed X-ray request in the VA electronic medical record CPRS (example, "Single view Chest X-ray"). 6)Authorized VA employee will contact Contractor's business phone number to request that a pre-approved Technologist be dispatched to CLC to perform the ordered exam(s). 7)Within 15 minutes, Contractor's staff will call the CLC staff by telephone to confirm that one of its Technologists has been dispatched to the CLC for the requested exam(s). 8)The Contractor's Technologist will arrive in the patient care area of the CLC prepared to perform the requested exam in less than 60 minutes from the initial telephone call to the Contractor's business office. The Technologist will be given a paper copy of the X-ray request specifying the type of radiographic exam to be performed. 9)The completed exam and creation of an image CD is expected to be completed within 30 minutes of the Technologist arriving in the CLC. 10)The Technologist will meet Joint Commission requirements for proper patient identification and entering the correct patient information into the computerized X-ray system. Technologist will verify the patient information is on the final images and that the date and time stamp of the exam are correct. 11) Contractor will supply a portable radiography system which produces digital X-ray images (CR, DR technology). After confirming quality of the exam and conformance with VA prescribed imaging protocol, the Technologist will immediately create a DICOM compatible CD with the patient's identification and images produced. This CD will be left with CLC staff (to be uploaded to the VA (Philips) PACS for over reading the following business day). 12)Offerors will submit samples of Radiographs obtained on the x-ray system that will be used for VA cases (3x portable Chest X-rays, 3x Abdomen exams and 3x hip exams for review by VA) 13)VA Chief of Radiology will determine if the image quality of the Contractor's system meets VA requirements (spatial resolution/contrast/radiation exposure/ dynamic range and other image quality parameters). 14)Contractor will supply a preliminary Radiologist report by telephone to the CLC by a Florida licensed, ABR or AOBR certified Radiologists within one hour of the time the technologist completed the exam (usually indicated. by time stamp on the images). A final Radiologists report will be submitted within 4 hours of completion of the exam. 15) Contractor will supply VA with a Curriculum Vitae C.V. for each of the Radiologist performing interpretations under this contract. 16)Contractor's Technologist will notify CLC staff before leaving the premises (to avoid the situation where a second X-ray exam is needed on another patient). 17)Contractor will supply names and credentials (CV for Physicians) requested by Orlando VA for all Technologists and Radiologists who will provide services under this contract. No "gray market" items, recycled, or refurbished parts allowed. Delivery location is Orlando VAMC, 13800 Veterans Way, Orlando FL 32824. The NAICS code is 339112. **REQUESTED INFORMATION: All questions listed below must be answered completely and submitted with your information. The vendor is encouraged to provide any additional information that it believes would be useful to the VA. 1) Does your business offer the services listed above (see "Background")? 2) Is your business a United States business? If not, identify the country. 3) Is your business registered in the System for Award Management, aka SAM (https://www.sam.gov/portal/public/SAM/), if yes please provide a copy of your reps and certs from SAM? 5) Regarding the size of your business, is it more than 100 employees? 6) Is your company any of the following small business socio-economic categories (list all that apply)? [Service-Disabled Veteran-Owned Small Business (SDVOSB); Veteran-Owned Small Business (VOSB); 8(a) Set-aside; HUBZone; Woman-Owned Small Business] 7) If your business is an SDVOSB or VOSB as annotated in question 6, is said business registered in VetBiz (go to www.vetbiz.gov for more information - you should be registered here, please provide your DUNS number)? RESPONSES: All responses will include the name and address of business/provider (phone number and email of point of contact), as well as the DUNS Number, and shall be submitted electronically no later than 11:00am, July 08, 2013. All responses are to be directed to Contract Specialist, rohan.mckenzie@va.gov DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA24813I2019/listing.html)
- Document(s)
- Attachment
- File Name: VA248-13-I-2019 VA248-13-I-2019_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=843804&FileName=VA248-13-I-2019-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=843804&FileName=VA248-13-I-2019-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-13-I-2019 VA248-13-I-2019_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=843804&FileName=VA248-13-I-2019-000.docx)
- Place of Performance
- Address: Orlando VA Medical Center;13800 Veterans Way;Orlando, FL
- Zip Code: 32827
- Zip Code: 32827
- Record
- SN03102852-W 20130630/130628234757-b6f2159c73481c56be8af3207b81a042 (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 |