Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
DOCUMENT

Q -- Interventional Radiology Physician Services - Dayton VAMC - Attachment

Notice Date
3/6/2017
 
Notice Type
Attachment
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Veterans Affairs;Columbus;2780 Airport Drive, Suite 340;Columbus OH 43219-1834
 
ZIP Code
43219-1834
 
Solicitation Number
VA25017R0347
 
Response Due
3/17/2017
 
Archive Date
6/15/2017
 
Point of Contact
Karen Williams
 
E-Mail Address
Williams4@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
In accordance with FAR Part 10, Market Research, this is a sources sought to determine the availability of potential sources/vendors having the skills and capabilities necessary to provide interventional radiology physician services at the Department of Veterans Affairs Medical Center (VAMC) located at 4100 West Third St., Dayton, OH 45428. All interested contractors are invited to provide information to contribute to this market survey/sources sought including, commercial market information. This sources sought notice is for information and planning purposes only, and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The VA is currently conducting market research to locate qualified, experienced and interested potential sources relative to NAICS 62111. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement. General Requirements: The contractor will provide board certified interventional radiologists necessary to provide professional interventional radiology physician services on-site in accordance with the specifications contained herein to beneficiaries of the VA and the Dayton VAMC. The VA radiology services are accredited by The Joint Commission (TJC) and follow the standards and guidelines set forth by the American College of Radiology (ACR). A contractor providing on-site interventional radiologist services will provide services that meet or exceed ACR guidelines: http://www.acr.org/Quality-Safety/Standards-Guidelines/Practice-Guidelines-by-Modality/Interventional. Performance of the radiologic procedures will be conducted at the Dayton VAMC by VA and Contractor staff. The interpretive analysis will be performed on-site by both VA and contract personnel. The Dayton VAMC business hours are from 8:00 A.M. to 4:30 P.M. The anticipated work schedule will be Monday through Friday (Bi-weekly). Requested submittal Information: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 10 pages in length, single spaced, 12 point font minimum. The Government will not review any other data or attachments that are in excess of the 10 pages. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. Interested parties shall furnish the following minimum information: Company name and address. Company point of contact name, telephone number and email address. Is your business large or small? If small, does your firm qualify as a small, emerging business, or small disadvantaged business? If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act Is your firm a certified Hub zone firm? Is your firm a woman-owned or operated business? Is your firm a certified Service-Disabled Veteran or Veteran Owned Small business (SDVOSB or VOSB)? If your firm is a SDVOSB or VOSB, are you registered with VetBiz Registry? If not, please register at: http://vip.vetbiz.gov/general_user/register/default.asp Does your firm have a DUNS number? If so, please provide.  If not, you must register with Dun & Bradstreet at: http://www.dnb.com Is your firm registered with the System for Award Management (SAM) at https://www.sam.gov/portal/SAM/#1? If not, please register as soon as possible. If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant SINS. Does your firm have a website address? Please provide. Capabilities/Qualifications: A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Description of the capabilities/qualifications/skills your company possesses to perform services described in the scope of work. Do you need to subcontract any portion of work to provide these services stated herein? Past Experience: Brief summary of the company history relative to similar requirements. Offer may provide the following information on a maximum of three similar projects for which the responder was a prime or subcontractor. The name, address, and value of each project. The Prime Contract Type, Firm Fixed-Price, or Time and Material. The name, telephone and address of the owner of each project. A description of each project and why it is relevant to this requirement. Include difficulties and successes. Your company s role and services provided for each project. What are the common qualifications of the people who are providing these services? Telephone and faxed responses will not be accepted nor responded to. It is requested that the above information be provided no later than 3/17/2017 at 10:00AM EST. Responses should be emailed to Karen Williams, Karen.Williams4@va.gov and Alex Daniel, Alexander.Daniel@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CiVAMC/VAMCCO80220/VA25017R0347/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-R-0347 VA250-17-R-0347.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3317537&FileName=VA250-17-R-0347-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3317537&FileName=VA250-17-R-0347-000.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: Department of Veterans Affairs;Dayton;4100 West Third St.;Dayton, OH
Zip Code: 45428
 
Record
SN04424486-W 20170308/170306234740-23ed959beeae8d4b686698ba1709669a (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.