Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2016 FBO #5277
DOCUMENT

H -- IMAGING SYSTEM TESTING - Attachment

Notice Date
5/3/2016
 
Notice Type
Attachment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA25016Q0266
 
Response Due
5/9/2016
 
Archive Date
7/8/2016
 
Point of Contact
TRACY HUDSON
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICIATION VA250-16-Q-0266 Medical physics testing for nuclear medicine diagnostic imaging systems (I)This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this action. Quotes are being requested, and a written solicitation will not be issued. (II)This solicitation is issued as a Request for Quote (RFQ). Submit written quotes on RFQ VA250-16-Q-0266. (III)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. (IV)Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov). (V)The Network Contracting Office 10-SAO CENTRAL intends to award a firm-fixed price service contract for Medical physics testing for nuclear medicine diagnostic imaging systems for the Cleveland VA Medical Center (VI)The North American Industrial Classification System (NAICS) code for this procurement is 541690 with a business size standard of $15.0. This procurement is unrestricted to and for all eligible offerors may submit quotes. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. (VII)The Government will award a contract resulting from this RFQ to the responsible offeror whose quote is the lowest price and meets the requirements of the SOW. Quotes are due by 10:00 AM Eastern Standard time on May 9, 2016. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email to Tracy.Hudson3@va.gov. (VIII)This combined solicitation/synopsis is for the purchase of the following commercial services: ? PRICE/COST SCHEDULE BASE YEAR: 01 June 2016 - 31 May 2017 CLINDESCRIPTION OF SERVICES QUANITYUNITUNIT PRICE AMOUNT 0001Annual Medical physics testing for nuclear medicine diagnostic imaging systems as required by the Joint Commission1JB OPTION YEAR I: 01 June 2017- 31 May 2018 CLINDESCRIPTION OF SERVICES QUANITYUNITUNIT PRICE AMOUNT 1001Annual Medical physics testing for nuclear medicine diagnostic imaging systems as required by the Joint Commission1JB OPTION YEAR II: 01 June 2018 - 31 May 2019 CLINDESCRIPTION OF SERVICES QUANITYUNITUNIT PRICE AMOUNT 2001Annual Medical physics testing for nuclear medicine diagnostic imaging systems as required by the Joint Commission1JB OPTION YEAR III: 01 June 2019- 31 May 2020 CLINDESCRIPTION OF SERVICES QUANITYUNITUNIT PRICE AMOUNT 3001Annual Medical physics testing for nuclear medicine diagnostic imaging systems as required by the Joint Commission1JB Total including options $ STATEMENT OF WORK Background. The Nuclear Medicine Service of the Louis Stokes Cleveland VA Medical Center is requesting the annual testing of nuclear medicine imaging equipment to include SPECT, SPECT/CT and PET/CT systems. The testing is to be completed by a diagnostic medical physicist. This is to fulfill a Joint Commission requirement; Standard EC.02.04.03 A21, A22 and A23. These requirements can be found in "The Joint Commission, Prepublication Requirements, Revised Requirements for Diagnostic Imaging Services". Scope. The testing will be performed by a Lead Medical Physicist who shall: "Have board certification in diagnostic radiologic physics or radiologic physics by the American Board of Medical Physics or in Diagnostic Imaging Physics by the American Board of Medical Physics or in Diagnostic Radiologic Physics by the Canadian College of Physicists in Medicine. "Have continuing training and experience specific to Nuclear Medicine Imaging, "Oversee the testing of the Nuclear Medicine imaging systems at the Louis Stokes Cleveland VA Medical Center "Sign the physics reports documenting the required tests Specific Tasks. The Lead Medical Physicist will annually test the following Nuclear Medicine equipment: SPECT cameras: "Philips SkyLight camera "Philips BrightView camera "Marconi Axis camera SPECT/CT camera "Philips BrightView XCT (gamma camera only) PET/CT camera "Siemens Biograph mCT 40 (PET scanner only) Additional testing: "Additional physics testing shall be performed upon request for newly purchased cameras and following major repair, alteration or relocation. These physics tests shall be performed within three working days of the time notice is given for testing. Results of the testing shall be documented on a physics report listing the acceptability of performance evaluation, test results, discrepancies, out of tolerance measurements and recommendations. The Lead Medical Physicist shall notify the Louis Stokes Cleveland VA Medical Center Nuclear Medicine Service Chief, Radiation Safety Officer, and Biomedical Engineer of any deficiencies and issues of noncompliance at the time of physics testing. A written physics report, signed by the Lead Medical Physicist, shall be provided to the Louis Stokes Cleveland VA Medical Center Nuclear Medicine Service within thirty (30) days of the completion of the tests. The following characteristics shall be evaluated at least annually: 1. Intrinsic Uniformity 2.System uniformity with all commonly used collimators 3.Intrinsic or system spacial resolution/linearity 4.System sensitivity a.Count rate per unit activity b.Interdetector variability 5.Energy Resolution 6.Count rate performance 7.Formatter/video display a.Uniformity b.Spatial resolution 8.Overall system performance for single phone emission computed tomography (SPECT) a.Uniformity b.Contrast c.Spatial resolution 9.System Interlocks 10.Overall camera operability a.Camera operability is within manufacturer's specifications and industry standards b.All safety features, warning lights, switches and controls are working properly c.All discrepancies should be noted on the physics report. The following items should be included in the bid: 1. Documentation of the lead Medical Physicist certification by: a.American Board of Radiology (ABR) certified in diagnostic radiology, or b.American Board of Science in Nuclear Medicine (ABSNM) certified in Nuclear Medicine Physics. 2.Cost for performing annual testing and the cost for testing additional cameras as requested by the Louis Stokes Cleveland VA Medical Center. 3.Recommendation, unique insight, accomplishments and perspectives which may be used to improve nuclear medicine image quality, effectiveness or promote standard of care. 4.Brief description of protocols/procedures to be used for performing annual performance evaluation of cameras. NOTE: Technical content of the bid will be evaluated in awarding the contract. The Contractor shall be responsible for protecting the personnel furnishing services under this contract. To carry out this responsibility the Contractor shall provide proof of the following: Workers compensation Professional Liability insurance Income Tax Witholding and Social Security payments. Parties agree that the Contractor, its employees, agents and subcontractors shall not be considered VA employees for any purpose. Task 1 - Enterprise Management Controls. Subtask 1 - Integration Management Control Planning. Subtask 2 - Contract Management. Deliverables: Performance Monitoring A. The standard is The Joint Commission Requirements, American College of Radiology guidance and Industry standards. The deliverable is to record results for each measured characteristic, recommendations for optimum imaging and description of any deficiencies. B. The standard is that QA/QC checks are performed according to manufacturer specifications and industry standards. The deliverable is to document QA/QC acceptability and discrepancies on the physics report Security Requirements Security Training "Contractor Personnel Security The medical physics contractor may have access to sensitive patient information displayed on the control panel of nuclear medicine imaging systems. However, contractor owned IT devices (such as laptop computer) shall not interface with any VA internet trusted (i.e., non-public) network. Therefore the certification and accreditation (C&A) requirements do not apply, and a Security Accreditation Package is not required. "Security Training N/A "Contractor Personnel Security N/A. "Background Investigation N/A ". Contractor Responsibilities The Contractor shall be responsible for protecting the personnel furnishing services under this contract. To cary out this responsibility, the Contractor shall provide the following for these personnel. "Workers compensation "Professional Liability insurance "Income Tax withholding and "Social Security Payments Parties agree that the Contractor, its employees, agents and subcontractors shall not be considered VA employees for any purpose. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). The testing will be performed on existing imaging equipment located in Nuclear Medicine Service. All required equipment to do the testing will be provided by the contractor. Other Pertinent Information or Special Considerations. None a. Identification of Possible Follow-on Work. None b. Identification of Potential Conflicts of Interest (COI). None c. Identification of Non-Disclosure Requirements. Not Applicable d. Packaging, Packing and Shipping Instructions. N/A e. Inspection and Acceptance Criteria. N/A Risk Control There are not any risk areas for this contract. Place of Performance. Louis Stokes Cleveland VA Medical Center, Nuclear Medicine Service, Basement of the Main Hospital. 10701 East Boulevard, Cleveland, Ohio 44106 Period of Performance. Testing annually or as needed. All scheduling for testing of equipment will be coordinated with the Nuclear Medicine Coordinator. Delivery Schedule. All scheduling for testing of equipment shall be scheduled with the Nuclear Medicine Coordinator. The services covered by this contract shall be furnished by the Contractor. The contractor will not be required, except in case of emergency, to furnish such services during off-duty hours as described below: (1)Work hours: Monday through Friday, 8:00 am to 4:30 pm. (2)National Holidays observed by the Federal Government: New Years DayMartin Luther King Jr.'s Birthday Presidents DayMemorial Day Independence DayLabor Day Columbus DayVeterans Day ThanksgivingChristmas ? The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses and provisions are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ FAR Provisions: 52.204-7System for Award Management (JUL 2013) 52.212-1 Instructions to Offerors- Commercial Items (JUL 2013) "Provide quote for all CLINs for base year, including option years 52.212-2 Evaluation-Commercial Items (JAN 1999) The government will award a firm-fixed price purchase order to the vendor whose quotation represents the best value for the government. The Government intends to make an award based on the initial quotations. 52.212-3 Certifications and & Representations (NOV 2013) 52.217-5Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) VAAR Provisions: 852.233-70Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71Alternative Protest Procedure (JAN 1998) 852.252-70Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1Representative of Contracting Officers (JAN 2008) 852.273-74Award without Exchanges (JAN 2003) FAR Clauses: 52.212-4 Contract Terms and Conditions- Commercial Items (MAY 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (FEB 2016) Full text of the reference FAR Clauses may be accessed electronically at http://farsite.hill.af.mil/. -52.204-10Reporting Executive Compensation and First-TierSubcontract Awards -52.209-6Protecting the Government's Interest When Subcontractingwith Contractors Debarred, Suspended, or Proposed forDebarment -52.222-3Convict Labor -52.222-19 Child Labor - Cooperation with Authorities and Remedies -52.222-21 Prohibition of Segregated Facilities -52.222-26 Equal Opportunity -52.222-35 Equal Opportunity for Veterans -52.222-36 Affirmative Action for Workers with Disabilities -52.222-41 Service Contract Labor Standards -52.223-18Encouraging Contractor Policies to Ban Text MessagingWhile Driving -52.227-17 Rights in Data-Special works -52.232-33Payment by Electronic Funds Transfer- System for AwardManagement 52.217-8Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. (End of Clause) 52.217-9Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Clause) 52.252-2 Clauses incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70Commercial Advertising (JAN 2008) 852.232-72Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 852.246-70 Guarantee (JAN 2008) 852.246-71Inspection (JAN 2008)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25016Q0266/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-16-Q-0266 A00001 VA250-16-Q-0266 A00001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2709854&FileName=VA250-16-Q-0266-A00001000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2709854&FileName=VA250-16-Q-0266-A00001000.docx

 
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: LOUIS STOKES CLEVELAND VAMC;WADE PARK CAMPUS;10701 EAST BOULEVARD;CLEVELAND OH
Zip Code: 44106-1702
 
Record
SN04103823-W 20160505/160503235002-e58bec7d2c315f585fd2aa074959d1c9 (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.