Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
DOCUMENT

Q -- Teleradiology Physician Services - Cleveland - Attachment

Notice Date
7/18/2018
 
Notice Type
Attachment
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;Chalmers P. Wylie Ambulatory Care Center;420 North James Road;Columbus OH 43219-1834
 
ZIP Code
43219-1834
 
Solicitation Number
36C25018Q9474
 
Response Due
7/24/2018
 
Archive Date
10/22/2018
 
Point of Contact
Karen.Williams4@va.gov
 
Small Business Set-Aside
N/A
 
Description
Please note this is NOT a request for quote or proposal. 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). In accordance with FAR Part 10, Market Research, this notice is to determine the availability of potential sources/vendors having the skills and capabilities necessary to provide teleradiology services, for the Louis Stokes Cleveland Department of Veterans Affairs Medical Center (LSCVAMC) located at 10701 East Blvd, Cleveland, OH 44106. All interested contractors are invited to provide information to contribute to this market survey. The Principle NAICS Code is 621512, Diagnostic Imaging Centers with a business size standard of $15.0 Million. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this announcement. General Requirements: The Contractor shall provide Board Certified Radiologist Physician Services in accordance with the specifications contained herein to beneficiaries of the VA and the LSCVAMC. A contractor providing teleradiology services shall provide services consistent with The Joint Commission (TJC) and that meets or exceeds VA and the American College of Radiology Guidelines. Teleradiology provider shall provide specialty and subspecialty interpretations of Diagnostic Imaging procedures as a 24/7/365 service, to include 24/7/365 in house IT support. Contractor equipment must be capable of receiving VA images at the same speed they are transmitted from the VA on the MPLS line. The speed is ten (10) gigabits per second. The vendor s backup/disconnect recovery lines need to meet the same standards for rapid transmission of medical images. Vendors must specify the speeds of their image receiving equipment in the vendor proposal. The teleradiology vendor must have the in-house IT knowledge to support the HL-7 driven process of pulling images and the identifying data from the PACS systems fed by many modalities. Contractor shall be available to the VAMCs for specialty and subspecialty consultation and interpretation 24 hours a day, 7 days a week, and 52 weeks a year for Stroke, STAT, Urgent, and Routine exams. Contractor shall provide around the clock IT support with the in-house expertise to build and maintain HL-7 interfaces. Vendors must specify backup/disaster recovery plans in place to assure uninterrupted processing of VAMC Cleveland medical images. Contractor equipment must be capable of implementing MPLS. The Final Radiology Report for a Stroke protocol CT exam must be received in the VA HIS within thirty minutes (30 minutes) of the VAMC Cleveland beginning image transmission from VAMC Cleveland to the teleradiology vendor. The Final Radiology Report for a STAT exam must be received in the VA HIS within one hour (1 hour) of the VAMC Cleveland beginning image transmission from VAMC Cleveland to the teleradiology vendor. The Final Radiology Report for an Urgent exam must be received in the VA HIS within three hours (3 hours) of the VAMC Cleveland beginning image transmission from VAMC Cleveland to the teleradiology vendor. The Final Radiology Report for a Routine exam must be received in the VA HIS within twelve hours (12 hours) of the VAMC Cleveland beginning image transmission from VAMC Cleveland to the teleradiology vendor. 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. Telephone and faxed responses will not be accepted nor responded to. It is requested that the above information be provided no later than 7/24/2018 at 10:00am Local Time. Responses should be emailed to Karen Williams, Karen.Williams4@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CoVAOPC757/CoVAOPC757/36C25018Q9474/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q9474 36C25018Q9474.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4491106&FileName=36C25018Q9474-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4491106&FileName=36C25018Q9474-000.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;Louis Stokes Cleveland VA Medical Center (LSCVAMC);10701 East Boulevard;Cleveland, Ohio
Zip Code: 44106-1702
 
Record
SN04997216-W 20180720/180718231109-29ea4aebc351b4a7682519600cd62709 (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  © 1994-2020, Loren Data Corp.