Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
DOCUMENT

H -- XRAY MACHINE MEDICAL PHYSICS SERVICE TIER EVALUATION PROCESS - Attachment

Notice Date
8/17/2018
 
Notice Type
Attachment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
 
ZIP Code
29209-1639
 
Solicitation Number
36C24718Q9533
 
Response Due
8/31/2018
 
Archive Date
9/10/2018
 
Point of Contact
Cynthia Machuca
 
E-Mail Address
6-4000<br
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation for Commercial Services General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24718Q9533 Posted Date: August 17, 2018 Original Response Date: August 31, 2018 at 11:00 A.M. Current Response Date: Product or Service Code: H967 Other Quality Control, Testing, and Inspection Photographic Equipment Set Aside (SDVOSB/VOSB): Tier Evaluation NAICS Code: 541690 Physics Consulting Services Contracting Office Address WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; QUOTATIONS are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 36C24718Q9184. The associated North American Industrial Classification System (NAICS) code for this procurement is 541690, with a small business size standard of $15.0 MILLION. The WJB Dorn VA Medical Center is seeking to purchase MEDICAL PHYSICS SERVICE TO INSPECT VARIOUS RADIOLOGY EQUIPMENT. This service is for the Radiology Department to ensure levels of radiation are within proper regulated levels of safety on patients when utilized for testing reference Statement of Work. This procurement is set-aside based on an order or priority as established in 38 U.S.C. 8127. This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a set-aside for VOSB concerns, or in the alternative, a set-aside for other small business concerns with HUBZone small business concerns and 8(a) participants having priority. If award cannot be made, the solicitation will be cancelled and the requirement resolicited. The tiered evaluation will be conducted as follows: Tier 1: SDVOSB concerns Offers, if any will be evaluated. If no offers were submitted by SDVOSB concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, the government will then move to evaluation of Tier 2 offers. Tier 2: VOSB concerns Offers, if any will be evaluated. If no offers were submitted by VOSB concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, the government will then move to evaluation of Tier 3 offers. Tier 3: HUBZone & 8(a) Small Business concerns Offers, if any will be evaluated. If no offers were submitted by HUBZone & 8(a) concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, the government will then move to evaluation of Tier 4 offers. Tier 4: All other Small Business concerns - Offers, if any will be evaluated. If no offers were submitted by any Small Business concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, then the solicitation will be cancelled and the requirement resolicited. All interested companies shall provide Quotations for the following: Statement of Work Diagnostic Medical Physicists 1. REQUIREMENT: This requirement is for a firm-fixed priced Medical Physics Survey Service to be conducted on the Radiological Equipment located at WJB Dorn VA Medical Center, Columbia, South Carolina. 2. BACKGROUND: The WJB Dorn VA Medical Center is a 216-bed facility, encompassing acute medical, surgical, psychiatric, and long-term care. The hospital is located in Columbia, South Carolina and provides primary, secondary, and some tertiary care. Annually, the Medical Center serves approximately 56,116 patients. Satellite outpatient clinics are located in Anderson, Greenville, Florence, Orangeburg, Rock Hill, Sumter, and Spartanburg, South Carolina. 3. PERIOD OF PERFORMANCE: The period of performance shall for a Base Year and the possibility of four (4) one-year Option Years to be determined upon award. Normal hours of operations are Monday through Friday from 8:00 a.m. till 4:30 p.m. Any work required after normal working hours due to patient volume are to be approved and scheduled prior to performance. Excludes weekends and Federal Holidays. No overtime is authorized at this time. 4. PLACE OF PERFORMANCE: WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 5. PERFORMANCE REQUIREMENTS: A Contracting Officer Representative (COR) and/or Alternate Contracting Officer Representative (ACOR) shall be assigned to this procurement and written notification shall be provided to the Contractor after award. Scheduling of work performance shall be arranged through the designated COR/ACOR assigned. The Contractor shall provide a Board-Certified Technician in Medical Physics to work with the facility s Radiation Safety Officer (RSO) or designee in maintenance and establishment of a comprehensive X-Ray Compliance Safety Program. This program shall adhere to the requirements and expectations of the Joint Commission, the VHA s National Health Physics Program (NHPP), the Federal Drug Administration/Mammography Quality Standards Act (FDA/MQSA), the American College of Radiology (ACR) and the internal requirements of this facility. The Contractor shall be able to respond to special requests for estimates of Fetal Doses from Maternal Diagnostic X-Ray and Nuclear Medicine procedures, as well as for Maternal Nuclear Medicine Therapy procedures. The Contractor Physicist shall assist in the review of Computed Tomography (CT) protocols for optimization and shall review the Quality Assurance (QA) Program for each CT unit on a calendar year basis. TESTING REQUIREMENTS The Contractor shall ensure Annual, Initial and Post Repair [ex. tube replacement] Testing shall include measurements of sufficient numbers and types to thoroughly evaluate the safety of the radiation producing Equipment, and safety of its use for patients and operators. The Contractors Test Equipment [including Ion Chambers, GM Survey Meters, Phantoms] shall be current state-of-the-art, properly functioning and calibrated according to the Equipment guidelines. Dose Rate Survey in the Control Room and adjacent occupied areas are to be included during Annual and Acceptance Testing. The Contractor shall perform initial acceptance test and/or survey on Room Relocation, Annual and Post Repair Surveys/Inspections on the following equipment: Diagnostic Radiography CT Fluoroscopes Portables C-Arms Dental Units Magnetic Resonance Imaging (MRI) Mammography Units Angio and Cardio Suites Diagnostic Reading Workstations The Contractor shall perform Safety and Performance Testing of all new Radiographic Equipment prior to first use on humans and supply a written report to the Radiation Safety Officer. The Contractor shall perform Dose Measurements of up to 3 protocols per CT Unit, selected by the facility s RSO or his designee, as bench mark references. The Contractor shall perform an Annual Survey (not more than 14 months) of all diagnostic X-Ray Equipment in accordance of the Joint Commission and the ACR. The Contractor shall furnish a follow-up Inspection to verify compliance of any necessary corrective actions performed to correct deficiencies found or Survey any Equipment out of service during initial site visit at no additional charge. The Contractor shall perform X-Ray Shielding Specification Evaluations prior to new construction or remodeling and certification of installed X-Ray Shielding following new construction or remodeling and furnish a written report to the Radiation Safety Officer. The Fluoroscopy Equipment Testing shall include evaluation of Equipment output, resolution, and patient doses. Testing of CT Equipment shall also include but not limited to: Evaluation of table incrementation Image uniformity Slice thickness accuracy Image noise Spatial resolution Low contrast sensitivity Contrast scale/CT #s mA scan time calibration Evaluation of patient dose to reference/recommended doses (make recommendations for patient dose reduction methods) REPORT REQUIREMENTS The Contractor shall provide Verbal Reports after Acceptance and Post Repair Testing so that VACT may place the Equipment into use. The Physicist shall provide a current Certificate of Calibration with the Final Report. The Contractor is expected to provide two (2) copies of the Physicist Report to the RSO within thirty (30) calendar days of completion of the work. Patient Exposure Chart shall be provided for each unit inspected. EQUIPMENT DESCRIPTION The current inventory of X-Ray producing Equipment is as follows. Equipment replacements shall be with like Equipment at no charge to the Government. Additional units shall be at the expense of the Government. LOCATION Manufacturer/ Nomenclature/ Amount Pain Clinic C-Arm Philips Pulsera x 2 Radiology DEXA GE Lunar IDXA Portable X-Ray Units AGFA DX-D100 x 5 Cath Lab GE Innova x 2 Cysto Room Liebel Flarshiem Radiology GE Definium Chest Unit Radiology Philips Digital Diagnost Radiology GE Discovery 656 Radiology Philips Eleva R& F Radiology GE Precision R & F Radiology Siemens Luminos R& F Radiology Angio Suite Philips Allura XP Radiology CT GE Lightspeed VCT 64 Radiology CT GE Lightspeed 16 Dental Plan Meca Promax Dental Plan Meca Intra Radiology MRI Siemens 1.5T Avanto Radiology MRI Siemens 1.5T Espree Radiology Mammography Hologic Selenia Definium Radiology Mammography Hologic Securview Diagnostic Workstation Radiology C-Arm Philips Veradius x 2 GOPC Radiology GE Proteus GOPC Radiology GE Precision R & F Anderson Radiology GE 656 Discovery GOPC Dental Anderson Dental SUPPORT SERVICE REQUIREMENT Contractor shall provide support services by phone, fax or e-mail at a no additional charge. The Contractor shall be available for consultation by phone and email for issues such as patient and staff radiation exposures, radiation safety issues, machine questions, and other miscellaneous issues that may arise. RADIOGRAPHIC AND FLUOROSCOPIC EQUIPMENT Contractors Physics Inspections of Radiographic and Fluoroscopic Equipment shall comply with the ACR Technical Standard for Diagnostic Medical Physics Performance Monitoring of Radiographic and Fluoroscopic Equipment. The performance of each Radiographic and Fluoroscopic Unit shall be evaluated Annually. This evaluation shall include, but not be limited to, the following tests (as applicable). Integrity of unit assembly Collimation and radiation beam alignment Fluoroscopic system spatial resolution Automatic exposure control system performance Fluoroscopic automatic brightness control performance (high-dose-rate, pulsed modes, field-of-view [FOV] variation) Image artifacts Fluoroscopic phantom image quality kVp accuracy and reproducibility Linearity of exposure versus mA or mAs Exposure reproducibility Timer accuracy Beam quality assessment (half-value layer) Fluoroscopic entrance exposure rate (or air kerma rate). Maximum output and output using a phantom representing a standard size patient for all clinically used settings. [The mode of operation [e.g., magnification mode, frame rate, and any other mode selected) shall be documented for each measurement] Fluorographic (image recording) entrance exposure rate (or air kerma rate) for cine imaging, if performed and entrance exposure (or air kerma) for spot images (if performed). Maximum output and output using a phantom representing a standard size patient for all clinically used settings. [The mode of operation (e.g., magnification mode, frame rate, etc.) shall be documented for each measurement] Image receptor entrance exposure Equipment radiation safety functions Patient dose monitoring system calibration. This includes, for Radiographic systems, the metric of dose to the image receptor (IEC Exposure Index or proprietary index) and, for fluoroscopy systems, the displays of cumulative air kerma and, if available, DAP. Display monitor performance Digital image receptor performance Grids used with portable X-Ray units shall be imaged for uniformity For Radiographic units, measurement of entrance skin exposure (or air kerma) for a standard size patient for common Radiographic projections and comparison to published diagnostic reference levels and achievable doses (e.g., ACR practice parameter. Note: The information on Entrance Exposure Rates (or air kerma rates) from Fluoroscopy and from Fluorography, in items listed above, for each Fluoroscope, shall be in a format suitable for providing to the Physicians who operate the Fluoroscope. COMPUTED RADIOGRAPHY (CR) AND DIGITAL RADIOGRAPHY (DR) The Contractors Physics Inspections of CR and DR Equipment shall comply with the American Association of Physicist in Medicine (AAPM) Report Number 93, Acceptance Testing and Quality Control of Photostimulable Storage Phosphor Imaging Systems. The performance of CR and DR shall be evaluated Annually. This evaluation shall include, but not be limited to, the following tests (as applicable). Component and Imaging Plate Physical Inspection and Inventory Imaging Plate Dark Noise and Uniformity Exposure Indicator Calibration Linearity and Auto-ranging Response Laser Beam Function Limiting Resolution and Resolution Uniformity Noise and Low-Contrast Resolution Spatial Accuracy Erasure Thoroughness Aliasing/Grid Response IP Throughput Positioning and Collimation Errors CT SCANNERS The Contractors Physics Inspection shall conform to the 2012 ACR Computed Tomography Quality Control Manual. The performance of each CT Scanner shall be evaluated Annually. This evaluation shall include, but not be limited to, the following tests (as applicable). Review of Clinical Protocols Scout Prescription and Alignment Light Accuracy Image Thickness Axial Mode Table Travel Accuracy Radiation Beam Width Low-Contrast Performance Spatial Resolution CT Number Accuracy Artifact Evaluation CT Number Uniformity Dosimetry (the Scanner displayed CTDIvol values shall be within +/- 20% of the measured CTDIvol values) Gray Level Performance of CT Acquisition Display Monitors DENTAL EQUIPMENT The Contractors Physics Inspection shall conform to the Conference of Radiation Control Program Directors (CRCPD), Quality Control Recommendations for Diagnostic Radiography Volume 1 Dental Facilities July 2001. The performance of Dental X-Ray Inspections shall be Annually or every two (2) years. This evaluation shall include, but not be limited to, the following tests (as applicable). Collimation Beam quality (half value layer) Timer Accuracy and Reproducibility kVp Accuracy and Reproducibility mA or mAs Linearity Exposure Reproducibility Entrance Skin Exposure Evaluation, with comparison to published diagnostic reference levels and achievable doses (e.g., NCRP Report No. 172) Technique Chart Evaluation Image uniformity (artifact evaluation) DENTAL CBCT ACCEPTANCE AND PERFORMANCE TESTING Acceptance Testing. Acceptance Testing and Measurements of Air Kerma at the Isocenter for each kVp Station for a range of clinically used mAs settings shall performed initially when the CBCT unit is installed, and following any move of the Cone Beam Computed Tomography (CBCT) to another area inside or outside the initial clinical site. This testing is to ensure that the equipment performance is in agreement with the manufacturer s technical specifications. Performance Testing. Each CBCT unit shall undergo periodic Quality Control Tests to ensure that the performance of the machine has not significantly deteriorated and is operating within the Manufacturer s Technical Specifications. This performance testing is performed by a qualified expert Annually, at intervals not to exceed 14 months, and after repairs to the CBCT unit that may affect the radiation output or image quality. Some manufacturers provide a phantom and procedures to perform Machine Specific Quality Assurance (QA) Tests. In cases where the manufacturer provides a phantom and procedures to perform specific tests but the tests are not included in this SOW, then the Manufacturer s Machine Specific QA Tests shall be performed in addition to the QA Tests in this SOW. ACCEPTANCE AND ANNUL PHYSICS TESTING FOR DENTAL CBCT Radiation output Repeatability. Make four measurements of the air kerma at the Isocenter at a clinically used setting. The measurements shall be less than +/-5% of the average of the five measurements and the measurements shall be less than +/- 5% of the previous year s measurement. Radiation Output Reproducibility. Measure the air kerma at the Isocenter for each kVp station and a range of clinically used mAs setting. Compare the results to the baseline values established at the Initial Acceptance Testing. The values shall be +/-5% of the baseline. kVp Accuracy. Measure the kVp at all clinically used settings. The measured kVp shall be +/-5% of the selected kVp. kVp Repeatability. Make five kVp measurements each for two clinically used kVp settings. All measured values shall be +/-5% of the mean kVp. kVp Reproducibility. Measure the kVp at all available kVp settings. The measured values shall be +/-5% of the baseline. Beam quality. Measure the half value layer (HVL) for aluminum. The minimum shall comply with Section F.4.d of the Suggested State Regulations for Control of Radiation, Conference of Radiation Control Program Directors. Radiation field of view (FOV). Measure the width of the radiation field at the Isocenter. The width of the beam shall be 3 mm or 30% of the total nominal collimated width. Image Quality. Image the Phantom provided by the manufacturer or another suitable Phantom. Assess high contrast spatial resolution, uniformity of transaxial images, and image noise. Imaging uniformity shall be assessed over the entire range of axial images. Accuracy of Linear Measurements. Using images of an appropriate phantom, assess the accuracy of distance measurements. Accuracy of Patient Dose Metric Indication. Assess the accuracy of the indicated dose metric (typically DAP). Patient Dose Assessment. From a scan or scans using the facility s standard techniques, record the dose metric (typically DAP) and compare to achievable levels and diagnostic reference levels (if available). Review of the Technical QA Program. The qualified expert shall review the Technical QA Program. The review shall include a trend analysis of the QA data. The results of the Technical QA Program review shall be included in the required written report. Any trends that identify problems shall be included in the report along with recommended corrective actions. Display Monitors. Perform a visual analysis of the SMPTE Test Pattern. Display the Test Pattern on the imaging console. Set the display window width/level to the manufacturer-specified values for the pattern. Do not set the window/level by eye; doing so invalidates the procedure. Examine the pattern to confirm that the gray level display in the imaging console is subjectively correct. Review the line pair patterns in the center and at each of the corners. Review the black-white transition. Look for any evidence of scalloping (loss of bit depth) or geometric distortion. Use a Photometer to measure the maximum and minimum monitor brightness (0% and 100% steps). Measure additional steps within the pattern to establish a response curve. Measure the brightness near the center of the monitor and near all 4 corners (or all 4 sides, depending on the test pattern used). Viewing Conditions. Assess the viewing conditions for the area in which the monitor used for evaluating the CBCT studies is located. MAMMOGRAPHY The qualified Diagnostic Medical Physicist inspecting Mammography Equipment shall meet the qualifications outlined in the MQSA and shall provide the facility with up-to-date documentation demonstrating that the Diagnostic Medical Physicist is MQSA qualified. Inspections of Mammography Equipment shall comply with the latest requirements posted on the ACR Web site for the manufacturer of the digital Mammography unit being inspected. Inspection items may include: Mammographic Unit Assembly Evaluation. Collimation assessment. Artifact evaluation. kVp accuracy and reproducibility. Beam quality assessment HVL measurements. Evaluation of system resolution. Automatic Exposure Control (AEC) function performance. Breast entrance exposure, AEC reproducibility, and average glandular dose. Radiation output rate. Phantom image quality evaluation. Signal to noise ratio and contrast to noise ratio measurements. View box luminance and room illuminance. Review Work Station (RWS) tests. MAGNETIC RESONANCE IMAGING (MRI) The Physics Inspection shall conform to the 2004 ACR Magnetic Resonance Imaging Quality Control Manual. The performance of each MRI Scanner shall be evaluated Annually. This evaluation shall include, but not be limited to, the following tests (as applicable). Magnetic field homogeneity Geometric accuracy Inter-slice RF interference Slice position accuracy High-contrast resolution RF coil performance Volume coils signal-to-noise ratio Volume coils image uniformity Volume coils ghosting ratio Phased array coils' signal-to-noise ratio Surface coils signal-to-noise ratio Slice thickness accuracy Low-contrast detectability Soft copy displays Technologist s QC program Site phantom inventory Site RF coil inventory POSITRON EMISSION TOMOGRAPHY (PET) The Physics Inspection shall conform to the ACR PET Phantom Instructions for Evaluation of PET Image, ACR Nuclear Medicine Accreditation Program PET Module. The performance of each PET Scanner shall be evaluated quarterly. For PET/CT units the CT shall be inspected Annually per Item C above. This evaluation shall include, but not be limited to, the following tests (as applicable). Uniformity Spatial resolution SUV analysis NUCLEAR MEDICINE The Physics Inspection shall conform to the ACR Annual performance tests for Nuclear Medicine Cameras. The Diagnostic Medical Physics shall perform the Quarterly Testing as outlined by the ACR. The performance of each Nuclear Medicine Scanner shall be Annually. This evaluation shall include, but not be limited to, the following tests (as applicable). Intrinsic Uniformity System Uniformity Intrinsic or System Spatial Resolution Relative Sensitivity Energy Resolution Count Rate Parameters Formatter/Video Display Overall System Performance for SPECT System Interlocks Dose Calibrators (Geometry, if applicable, Accuracy) Thyroid Uptake and Counting Systems ULTRASOUND The Physics Inspection shall conform to the ACR performance tests for ultrasound. On an ongoing basis (Semi Annually), the following tests shall be done for each Ultrasound Unit. Testing shall be done using two (2) Transducers commonly used with any unit employing more than one (1) Transducer. Data shall be taken from testing of the Transducers which are used for the most frequently occurring examination(s) at the site. It is recommended that these be of different scan formats such as one (1) linear (or curvilinear array), and one (1) sector (mechanical, phased, or vector). System Sensitivity/Penetration This test shall be done with the following settings: Maximum transmit power Proper receiver gain and TGC that allows echo texture to be visible in the deep region Transmit focus at the deepest depth The maximum depth of visualization is determined by comparing the gradually weakening echo texture to electronic noises near the bottom of the image. Image Uniformity Adjust the TGC controls and other sensitivity controls to obtain an image as uniform as possible. Vertical or radially oriented streaks? Dropouts? Reduction of brightness near edges of the scan? Brightness transitions between focal zones? Electrical and Mechanical Safety and Cleanliness Are all cords and cables intact (no frays)? Are all Transducers intact without cracks or delamination? Are the Transducers cleaned after each use? Are the image monitors clean? Are the air filters clean? Are the wheel locks in working condition? Are the wheels fastened securely to the US unit and do the wheels rotate easily? Are all accessories (VCR, cameras, etc.) fastened securely to the US unit? Gray Scale Photography (if applicable) Do either (a), (b), or (c). (a) For Scanners with a Discrete Bar Pattern Count the number of distinct gray bar steps on the viewing monitor. Then count the number of steps visualized in the gray bar on the hard copy image. (b) For Scanners with a Continuous Gray Bar Pattern Use calipers to measure the length of the black-to-white transition of the gray wedge on the viewing monitor. If the relative length of the black-to-white transition on the hard copy image is less, document how much is missing. (c) For Laser Imager (Hard Copy Device) Prior to filming any images, an SMPTE test pattern created by the Society of Motion Picture and Television Engineers (SMPTE), shall be printed using the appropriate window width (WW) and window level (WL). If you are unfamiliar with this procedure, you shall review Gray et al., Test pattern for video display and hard-copy camera, Radiology 145:519-527 (1985), and then contact your local service engineer for assistance. When printed, the 95% density patch within the 100% square and the 5% density patch within the 0% square shall be visible, and there shall be no notable distortions or artifacts present. If these criteria are not met, contact your service engineer for laser camera calibration before proceeding with any filming. Hard Copy Output Quality Test (Digital) (if applicable) This test, or a similar test specifically recommended by the hard copy Equipment manufacturer. Required Test Equipment Densitometer SMPTE Test Pattern or another similar test pattern or phantom image having a wide range of gray scales. The same test image shall be used each time. DISPLAY MONITORS The Annual Performance Evaluation conducted by the Diagnostic Medical Physicist includes testing of image acquisition display monitors for maximum and minimum luminance, luminance uniformity, resolution, and spatial accuracy. The image acquisition display monitors for Nuclear Medicine, PET, CT, and MRI units shall be tested. Smoking is not permitted within the facilities at any time. All smoking shall be conducted in designated smoking areas only. INFORMATION SECURITY The medical physics Contractor may have access to sensitive patient information displayed on the control panel of X-Ray Equipment. 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. Line Item Description Quantity Unit Price Total Price 0001 MEDICAL PHYSICS SERVICE TO INSPECT X-RAY MACHINES: GOPS, CT, CARIOLOGY, MOBILE UNITS, DIAGNOSTIC AND FLUROSCOPY UNITS, MAMMOGRAPHY, CYSTOM UROLOGY, DENTAL AND VARIOUS OTHER UNITS LISTED ON THE SOW 12 MO 1001 MEDICAL PHYSICS SERVICE TO INSPECT X-RAY MACHINES: GOPS, CT, CARIOLOGY, MOBILE UNITS, DIAGNOSTIC AND FLUROSCOPY UNITS, MAMMOGRAPHY, CYSTOM UROLOGY, DENTAL AND VARIOUS OTHER UNITS LISTED ON THE SOW 12 MO 2001 MEDICAL PHYSICS SERVICE TO INSPECT X-RAY MACHINES: GOPS, CT, CARIOLOGY, MOBILE UNITS, DIAGNOSTIC AND FLUROSCOPY UNITS, MAMMOGRAPHY, CYSTOM UROLOGY, DENTAL AND VARIOUS OTHER UNITS LISTED ON THE SOW 12 MO 3001 MEDICAL PHYSICS SERVICE TO INSPECT X-RAY MACHINES: GOPS, CT, CARIOLOGY, MOBILE UNITS, DIAGNOSTIC AND FLUROSCOPY UNITS, MAMMOGRAPHY, CYSTOM UROLOGY, DENTAL AND VARIOUS OTHER UNITS LISTED ON THE SOW 12 MO 4001 MEDICAL PHYSICS SERVICE TO INSPECT X-RAY MACHINES: GOPS, CT, CARIOLOGY, MOBILE UNITS, DIAGNOSTIC AND FLUROSCOPY UNITS, MAMMOGRAPHY, CYSTOM UROLOGY, DENTAL AND VARIOUS OTHER UNITS LISTED ON THE SOW 12 MO Award shall be made to the offeror whose quotation offers the best price to the Government. The government will evaluate information based on the following evaluation criteria: (1) price, (2) technical capability factor "in relationship of this requirement, and (3) past performance.     Basis of Award I. BASIS FOR AWARD Award will be made to the lowest priced, technically acceptable responsible offeror, whose offer conforms to all stated terms, conditions, representations, certifications, and any other information required by this solicitation. Offers will be ranked by price first then evaluated for technically acceptable. If, the low-priced offer is found to be technically acceptable the evaluation process stops, no other offer will be evaluated. If necessary this process will be performed until there is a low priced technically acceptable offer. If no offer is technically acceptable the government will make a determination to re-solicit. Technical tradeoff will not be made and no additional credit will be given for exceeding the minimum requirements. In the event an offeror s proposal is determined to be unacceptable in any of these factors, the entire proposal will be considered unacceptable and the offeror will be ineligible for award. If the contracting officer determines that a small business past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in Subpart 19.6 and 15 U.S.C. 637(b)(7)). **ALL factors must be rated ACCEPTABLE to be considered for award. II. EVALUATION METHODOLOGY The award decision will be based on the following: Registered in www.sam.gov to receive Government contracts. Registered in www.vip.vetbiz.gov as a Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (WHEN BIDDING UNDER TIER 1 OR TIER 2). Price All line items in the Price Schedule must include a price. The total evaluated price will consist of the offeror s total proposed price. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. Cost Analysis s may be performed by the Contracting Officer. Technical Technical Capabilities Statement referencing details in relationship to this requirement. All offers must provide a minimum of one (1) year warranty against all defects, workmanship, parts, and service. Past Performance Must provide a minimum of two (2) past performance experiences related to purchase in this requirement. The past performance experience must include the client s POC with email and phone number. The past performance must be within the last three (3) years. Offers will be evaluated against the SOW and the stated evaluation criteria. Each factor will be scored as Acceptable or Unacceptable as defined below. All offers are evaluated using the same standards: "Lowest Price, Technically Acceptable" Acceptable ALL of the minimum acceptable criteria are clearly met by the offeror. The offeror meets the minimum performance and technical capability requirements as defined in the solicitation. Unacceptable Not all of the minimum acceptable criteria were met by the offeror. An unacceptable offer contains one or more deficiencies that does not meet the performance and technical capability requirements defined in the solicitation. III. RATING TABLE The following table will be used for each bid offer received in order to score each factor as to whether it is determined to be Acceptable or Unacceptable. REQUIREMENT: _______________________________________ SOLICITATION: _______________________________________ OFFEROR: _______________________________________ LPTA PRICE: _______________________________________ Non- Cost/Price Factors Technically Acceptable/Unacceptable REGISTERED IN VIP SCVOSB/VOSB ONLY REGISTERED IN SAMS LPTA LOWEST PRICED TECHNICALLY CAPABLE TECHNICAL CAPABILITY SIMILAR TYPE SERVICE PAST PERFORMANCE SIMILAR TYPE SERVICE The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [JAN 2017] FAR 52.212-2, Evaluation Commercial Items [OCT 2014] FAR 52.212-3, Offerors Representations and Certifications Commercial Items [NOV 2017] Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [JAN 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [NOV 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards [OCT 2016] 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment [OCT 2015] 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns [OCT 2014] 52.219.14, Limitations on Subcontracting [JAN 2017] 52.219-28, Post Award Small Business Program Representation [JUL 2013] 52.222-3, Convict Labor [JUN 2003] 52.222-19, Child Labor [OCT 2016] 52.222-21, Prohibition of Segregated Facilities [APR 2015] 52.222-26, Equal Opportunity [SEP 2016] 52.222-35, Equal Opportunity for Veterans [OCT 2015] 52.222-36, Equal Opportunity for Workers with Disabilities [JUL 2014] 52.222.37, Employment Reports on Veterans [FEB 2016] 52.222-5, Combating Trafficking in Persons [MAR 2015] 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving [AUG 2011] 52.225-13, Restrictions on Certain Foreign Purchases [JUN 2008] 52.232-33, Payment by Electronic Funds Transfer System for Award Management [JUL 2013] Additional Clauses Required: 52.215-22, Limitations on Pass-Through Charges Identification of Subcontract Efforts [OCT 2009] 52.215-23, Limitations on Pass-Through Charges [OCT 2009] 52.217-5, Evaluation of Options [JUL 1990] 52.217-8, Option to Extend Services [NOV 1999] 52.217-9, Option to Extend the Term of the Contract [MAR 2000] 52.237-2, Protection of Government Buildings, Equipment, and Vegetation [APR 1984] 52.237-3, Continuity of Services [JAN 1991] 52.246-20, Warranty of Services [MAY 2001] 852-237-70, Contractor Responsibilities [APR 1984] 852.270-1, Representative of Contracting Officers [JAN 2008] 852.273-74, Award Without Exchanges [JAN 2003] All bid offerors shall submit the following: One Copy of the Bid Offer for All Items Listed Technical Capabilities Statement in Reference to the Requirement Past Performance in Reference to the Requirement This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to award a Firm-Fixed Priced Service Contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all bid offers must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Bid Offers shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 11:00 A.M. AUGUST 31, 2018. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All bid offers shall be emailed to the Contracting Specialist listed below no later than the data and time listed. Any questions or concerns regarding this solicitation including bid offer should be forwarded in writing via e-mail to the Contracting Specialist, cynthia.machuca@va.gov. No phone call shall be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/36C24718Q9533/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24718Q9533 36C24718Q9533.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547925&FileName=36C24718Q9533-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547925&FileName=36C24718Q9533-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05044485-W 20180819/180817231444-4b4c317499062bb4db158441e18988f2 (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.