Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2016 FBO #5332
DOCUMENT

Q -- VISN 1 Teleradiology - Attachment

Notice Date
6/27/2016
 
Notice Type
Attachment
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24116Q0518
 
Response Due
7/13/2016
 
Archive Date
9/11/2016
 
Point of Contact
Jared M. Levin
 
E-Mail Address
4-826-3415<br
 
Small Business Set-Aside
N/A
 
Description
Department of Veterans Affairs Veterans Health Administration Sources Sought Notice - Teleradiology physician services This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance the Government's understanding of your company's offered services and capabilities. The Government will not pay any costs for responses submitted in response to this Sources Sought. This Sources Sought notice provides an opportunity for respondents to submit information about their capability, availability, and qualifications to provide the services described below. The Veterans Health Administration (VHA) is seeking a vendor to provide Teleradiology Physician Services to eligible beneficiaries of the Department of Veterans Affairs, Veteran Integrated Services Network 1 (hereinafter referred to as VISN 1). Please see the General Requirements section below for a description of the requested services. This Sources Sought notice will help the Network Contracting Officer better understand the market for these services in order to conduct acquisition planning, determine size standards, and develop a procurement strategy. GENERAL REQUIREMENTS: A.Place of Performance: Contractor shall furnish services to the following VISN 1 sites: VA Boston Healthcare System Bedford VA Medical Center West Roxbury Campus200 Springs Road 1400 VFW ParkwayBedford, MA 01730 West Roxbury, MA 02132 VA Maine Healthcare SystemManchester VA Medical Center 1 VA Center718 Smyth Road Augusta, ME 04330Manchester, NH 03104 White River Junction VA Medical CenterProvidence VA Medical Center * 215 North Main Street830 Chalkstone Avenue White River Junction, VT 05009Providence, RI 02908 VA Central Western Massachusetts*VA Connecticut Healthcare System* 421 North Main StreetWest Haven Campus Leeds, MA 01053950 Campbell Avenue West Haven, CT 06516 Note: (*) These sites are included in this procurement as Optional Line Item Numbers should they require teleradiology services during the course of this contract. Services shall be provided at the contractor's facility through a secure Business Partner Extranet Connection (BPE) to the VISN 1 sites listed above. B.Period of Performance: The anticipated periods of performance for the contract resulting from this procurement are as follows: Base Period of Performance: April 1, 2017 - March 31, 2018 Option Period 1: April 1, 2018 - March 31, 2019 Option Period 2: April 1, 2019 - March 31, 2020 Option Period 3: April 1, 2020 - March 31, 2021 Option Period 4: April 1, 2021 - March 31, 2022 C.Hours of Operation: Contract radiologists working off-site shall provide services during Weekends, Holidays, Evenings, and Nights (WHEN). Off hours vary for each VISN 1 facility's radiology department, but in general, after hour coverage is from 4:30 p.m. to 8:00 a.m. the following day for business days, 4:30 p.m. on Fridays to 8:00 a.m. on Mondays for weekends, and 4:30 p.m. the day before the holiday to 8:00 a.m. the day following the holiday for federal holidays. D.Services Required: Contractor shall provide board certified Radiologists to perform preliminary teleradiology interpretation services during WHEN hours. Examination images captured by VISN 1 medical centers will be transmitted to the contractor using the DICOM protocol and the Federal Information Processing Standard (FIPS) compliant encryption. Upon receipt of captured image and patient information from a VISN 1 facility, the contractor shall provide an interpretation for studies within the time constraints specified in the Performance Work Statement (PWS). The contract physicians shall dictate all interpreted studies into the contractor's teleradiology system and Picture Archiving Communication System (PACS) system, and fax over the preliminary reports to the VISN 1 facilities. Contract Radiologists must be available to consult with VA personnel to determine the most appropriate study for the clinical scenario involved; although, for the most part, pre-defined clinical protocols should be used. Services include, but are not limited to, interpretation of radiological exams such as: oComputed Tomography Scans (CT) oMagnetic Resonance Imaging (MRI) oGeneral Radiographic Procedures or Plain Film (PF) oUltrasound Studies (US) oNuclear Medicine (NM) E.Estimated Quantities: The following charts represent the estimated quantities for each site: VA Boston Healthcare System DescriptionEst QuantityUnitMinMax CT - CatScan1980EA1502,050 MR - Magnetic Resonance Imaging480EA30550 US - Ultrasound240EA5350 PF - Plain Films120EA1300 NM - Nuclear Medicine60EA1100 Bedford VA Medical Center DescriptionEst QuantityUnitMinMax CT - CatScan1EA@@ MR - Magnetic Resonance Imaging1EA@@ US - Ultrasound1EA@@ PF - Plain Films60EA5120 NM - Nuclear Medicine1EA@@ VA Maine Healthcare System DescriptionEst QuantityUnitMinMax CT - CatScan660EA30850 MR - Magnetic Resonance Imaging72EA6150 US - Ultrasound72EA6150 PF - Plain Films660EA30850 NM - Nuclear Medicine72EA6150 Manchester VA Medical Center DescriptionEst QuantityUnitMinMax CT - CatScan300EA25420 MR - Magnetic Resonance Imaging12EA120 US - Ultrasound12EA120 PF - Plain Films60EA5120 NM - Nuclear Medicine12EA120 White River Junction VA Medical Center DescriptionEst QuantityUnitMinMax CT - CatScan420EA25600 MR - Magnetic Resonance Imaging12EA120 US - Ultrasound12EA120 PF - Plain Films60EA5120 NM - Nuclear Medicine12EA120 Note: (@) Currently, there is not a need to provide services in these areas for certain medical centers in VISN 1. Estimated quantities for each facility may change as a result of equipment changes, growth of patient base, etc. The contract shall be modified to reflect these changes, as needed. F.Telecommunications/Contingency: In the event of a telecommunications failure, the Government shall package DVDs in Government-provided shipping containers and send them to the contractor's facility using taxi cabs or courier services. The contractor's facility where teleradiology services are being performed must be within a 15-mile radius of the West Roxbury campus of the VA Boston Healthcare System so that a reasonable turnaround time can be maintained during a system failure. VA Boston is the site of the VISN 1 PACS server and will be responsible for providing DVD images to the contractor for all sites listed in this contract in the event of a failure. G.Qualifications: Contract physician(s) assigned by the Contractor to perform the services covered by this contract shall have a current license to practice medicine in a State, Territory, or Commonwealth of the United States or the District of Columbia. All licenses held by the personnel working on this contract shall be full and unrestricted licenses. Information on state licensing in tele-radiology may be found at this site: http://www.acr.org/Advocacy/State-Local-Relations/Legislative-Issues/Teleradiology/Teleradiology-Licensing-Requirements-by-State. Contract physician(s) who have current, full and unrestricted licenses in one or more states, but who have, or ever had, a license restricted, suspended, revoked, voluntarily revoked, voluntarily surrendered pending action or denied upon application will not be considered for the purposes of this contract. \ All contract physician(s) shall be board certified in Radiology. All continuing education courses required for maintaining certification must be kept up to date at all times. Documentation verifying current certification shall be provided by the Contractor to the VA COR on an annual basis for each year of contract performance. Contractor shall provide a minimum of eight (8) board certified radiologists who are experienced in performing teleradiology services and whose professional qualifications exhibit the highest standard for professional emergency radiology services. H.IT Capabilities of Contractor: There shall be a one-way interconnection between the Picture Archiving and Communication System (PACS) (which is owned by VISN 1 and located at the VA Boston). This connection allows transfer of radiologic images for preliminary interpretation of studies. The contractor is responsible for maintaining its own hardware and updating software needed to receive images at the reading location, and must adhere to applicable federal regulations protecting confidentiality of patient medical data. Examination images captured by VISN 1 medical centers are transmitted to the contractor using the DICOM protocol and the Federal Information Processing Standard (FIPS) compliant encryption. Interconnection occurs over an authorized site-to-site virtual private network (VPN) that uses encryption and image transfer protocol that meet the FIPS 140-2 standard. Use of FIPS 140-2 encryption algorithms and products is required. The contractor must have a VA Interconnection Security Agreement and a Memorandum of Understanding to memorialize the agreement regarding the development, management, operation, and security of a connection between the VA PACS (located at the VA Boston and owned by VA Boston) and the contractor's facility. The contractor also must have a Business Associate Agreement developed through the VA Boston's Privacy Office. RESPONSE COMMITMENT: A.NOTES: 1.All questions, comments, or concerns should be directed to Jared.Levin@va.gov. 2.Submittals furnished will not be returned to the sender. No debriefs will be conducted. Eligibility in participating in a future acquisition does not depend upon a response to this notice. 3.Proprietary information is neither requested nor desired. If such information is submitted, it must clearly be marked "proprietary" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). The Government will not share proprietary information. B.TIMELINE: This request will close on Wednesday, July 13, 2016 at 5PM EST. C.REQUESTED INFORMATION: Interested parties shall provide the following information in addition to your capability response: 1.Format: a.MS Word or.pdf format (please ensure email is under 5 mb). b.Page limit: 5-8 pages (please make the response as brief and concise as possible). c.Company name and Sources Sought number listed on each page. d.Proprietary information MUST be marked as such, on a page-by-page basis. 2.Specifics: a.In your response, please provide the following information based on the requirement. I.Your company's capability of fulfilling this requirement as it is described. II.Your company's experience in providing the same or very similar services to those outlined above. III.Your company's experience in successfully performing the same or very similar Government contracts for the required services. b.Please also provide the name of your company, your company's address, and a contact person's name, telephone number, fax number, and email address. c.Your company's DUNS number, and indicate whether it is actively registered in the System for Award Management (SAM). d.Contractual vehicles that your company holds, such as NAC or GSA schedules. e.Your company's socio-economic status (i.e. 8(a), HUBZone-certified, small business, Service-Disabled Veteran-Owned small business, etc.), and North American Industry Classification System (NAICS) code (state the size of your company). Notes: 1.This Sources Sought notice is for planning purposes only, and does not constitute a commitment, implied or otherwise, that a procurement action will follow. The Department of Veterans Affairs will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, the Department of Veterans Affairs reserves the right to contact any respondent to this notice for the sole purpose of enhancing VA's understanding of the notice submission. 2.The content of any responses to this notice may be reflected in any subsequent solicitation, except for content marked or designated as business confidential or proprietary, which will be fully protected from release outside the government. 3.The Network Contracting Office Point of Contact is: Jared M. Levin Contracting Officer P: 774-826-3415 Email: Jared.Levin@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24116Q0518/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-16-Q-0518 VA241-16-Q-0518.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2832842&FileName=VA241-16-Q-0518-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2832842&FileName=VA241-16-Q-0518-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04162918-W 20160629/160627234540-8b1c46c534e8b0d02578578f79bdfa68 (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.