Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2023 SAM #8027
SOURCES SOUGHT

Q -- Mobile PET/CT Services (Asheville, Hampton, and Salem VAMC's)

Notice Date
11/17/2023 7:52:25 AM
 
Notice Type
Sources Sought
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24624Q0152
 
Response Due
11/27/2023 10:00:00 AM
 
Archive Date
12/27/2023
 
Point of Contact
David E Smith, David.smith78@va.gov, Phone: 757-728-7156
 
E-Mail Address
David.Smith78@va.gov
(David.Smith78@va.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT NOTICE FOR PLANNING PURPOSES ONLY This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and shall not obligate the Government to award a contract. The purpose of this Sources Sought Announcement is for market research to gain knowledge of potential interested sources with the capability to perform the work under the North American Classification System (NAICS) Code 621512 (Diagnostic Imaging Centers) with a size standard of $15.0M or less. Estimated Period of Performance is April 1st, 2024 through March 31st, 2025 w/ four (4) one year options to be exercised at the Governments Discretion. 1. SERVICES: Contractor shall provide all labor, material, tools, equipment, maintenance and repair of all Contractor furnished equipment (including a mobile trailer/unit), specialized staff, training, required supplies, and medications/drugs necessary to perform Mobile Positron Emission Tomography / Computerized Tomography (PET/CT) Services in accordance with terms and conditions listed herein for Charles George VA Medical Center, herein referred to as Asheville VAMC, Hampton VAMC, and Salem VAMC within Veterans Administration (VA) Mid Atlantic Health Care Network VISN 6. Contractor shall be responsible to maintain all Contractor equipment in good working order always. Every effort should be made to keep equipment down time to a minimum of 72 hours or less. Scheduled service shall be furnished to Asheville VAMC, Hampton VAMC, and Salem VAMC as needed by the facility. Contractor shall perform PET/CT services for up to fifteen (15) patients per day each weekday for a flat daily lease rate of the mobile trailer. Contractor may charge a fee per radiopharmaceutical dose for each completed exam. Coordination with the COR for exact scheduled dates is required. Estimated coverage is as follows: Asheville VAMC requires services two days each weekly with the option to add days if needed. Hampton VAMC requires services one day each Bi-weekly with the option to add days if needed. Salem VAMC requires services two days each weekly with the option to add days if needed. 2. SUPPLIES: Contractor shall be solely responsible for the procurement, receipt, dispensing, administration, and safekeeping, of all supplies and medications/drugs required in the performance of the services defined herein and authorized by the COR/ACOR. These supplies include but are not limited to radioisotopes to be handled in accordance with Contractor s licensing, State and Nuclear Regulatory Commission (NRC) regulations. Contractor shall also be responsible for the waste management, removal, and proper disposal of all radioactive waste materials off the Asheville VAMC, Hampton VAMC, and Salem VAMC property. The cost for proper disposal of radioactive waste materials and other materials furnished under this contract shall be part of any line-item pricing listed in the Schedule of Supplies/Services and should not be separately priced for this requirement. 3. CONTRACTOR S FURNISHED EQUIPMENT: Equipment shall include but not be limited to a Contractor furnished fully equipped OEM approved PET/CT Mobile Trailer where studies will be performed on a PET/CT scanner manufactured after January 2020 and a two PET/CT review stations and fusion software to be placed within each medical center obtaining service under this contract. All equipment to be used shall be Food and Drug Administration (FDA) approved imaging equipment placed at a location designated by the Contracting Officer Representative (COR) on VISN 6 sites. The entire offering of a PET/CT Mobile Trailer service shall meet all local, state, federal, industry, The Joint Commission or equivalent standard, National Electrical Code (NEC), National Fire Protection Association (NFPA), Veterans Administration (VA), Occupational Safety and Health Administration (OSHA), and other regulatory standards internal or external for which the VISN 6 is currently accountable and will be kept current with all future Federal and State regulations. While on Federal property, the contractor s personnel shall abide by all policies of the site of service to include but not limited to smoking, HIPAA, information security, radiation, and patient safety policies. 4. SYSTEM CAPABILITY REQUIREMENTS: The Contractor shall provide an on-site Mobile PET/CT system that is a full body PET/CT scanner system in accordance with the terms and conditions of this requirement. The unit shall have the ability to perform a wide range of exams as listed below: The types of exams expected to be performed with the PET/CT: Oncology related PET/CT exams. Imaging of cardiac metabolism with F-18 Flurodeoxyglucose (FDG). Brain imaging with F-18 FDG. Neuroendocrine Tumor related PET/CT exams with Dotatate Ga68 (NetSpot). PSMA Prostate PET/CT exams with Pylarify F18 or Illuccix Ga68. 5. MOBILE UNIT CAPABILITIES: Contractor shall provide the following: a. Hardware and software necessary to permit interpretation of PET/CT Images at the site where images are obtained. b. The mobile unit shall be equipped with a hot lab to receive and store the radioisotope and radioactive waste. c. Ability to create, store and export Digital Imaging and Communications in Medicine (DICOM), Joint Photographic Experts Group (JPEG) and Moving Picture Experts Group (MPEG) file formats. d. The mobile unit shall be equipped with Compact Disk-Recordable CD-R/DVD-R burning capabilities as a backup to network transfer of data. e. The mobile unit shall be equipped with an Image Analysis Station for image registration quality assurance. f. The Contractor s PET/CT trailer shall provide the space sufficient and designed for a Quiet Room where the radiopharmaceutical is administered and the patient rests comfortably with no physical activity and minimum possible external stimuli such as noise and light during the uptake period of the radiopharmaceutical. g. The couch for the PET/CT scanner shall be provided with a flatbed insert approximating the tabletop of a linear accelerator for the purposes of radiation therapy treatment planning purposes. h. Data/Image Transfer: Digital Imaging and Communications in Medicine (DICOM) 3.0 system shall be used to export images from Contractor mobile unit to Contractor supplied fusion workstation within the medical center.  VA will provide an Access Control List (ACL) for a secure port for imaging connection. The Vendor furnished Microsoft Windows 11 x64 workstation shall be placed on the VA Network and be a domain member. The Vendor Workstation shall reside in a Medical Virtual Local Area Network (VLAN) and will have access to the VA Network. The Vendor s equipment shall use a VA supplied IP address. The Vendor must have technical support available to address technical issues within two hours of notification.             Minimum security requirements: Up-to-date Microsoft (MS) patches and anti-virus software at the vendor mobile unit Up-to-date MS patches and anti-virus software at the vendor workstation Any workstation configuration must be compatible with VA supplied anti-virus (currently McAfee Enterprise) Medical Device Isolation Architecture (MDIA) security to be provided by VA No patient identifiers such as name and Social Security Number shall reside on the mobile unit and images shall have an identifier which does not disclose Personally Identifiable Information (PII). 6. MOBILE UNIT ACCESSORIES: Accessory equipment that shall be provided by the Contractor: a. Handicap accessibility. b. Intercom system between the control room and scanning room. 7. MOBILE UNIT EQUIPMENT SPECIFICATIONS: The following minimum performance characteristics of the equipment are required: a. The PET/CT shall provide images with consistently high technical quality to be approved by VA employed experts. Poor image quality will be considered non-performance under this contract and must be remedied within 30 days of notification or incurred default. b. The PET must have the capability to acquire images in multiple modes including but not limited to static emission scans and whole-body scans. c. The PET/CT shall have a PET detector crystal specifically made for PET imaging. d. The PET/CT should have the capability to acquire 2-dimensional and/or 3-dimensional PET images or true 3-dimensional images. e. The CT component of the PET/CT Unit shall have a minimum of a 16-slice detector and can acquire the transmission images within one breath hold. f. The CT component of the PET/CT shall have the capability to acquire data for anatomic localization and attenuation correction. g. The PET/CT system shall have attenuation correction algorithm(s) that are designed to use non-contrast enhanced CT data. h. The PET/CT system shall have attenuation correction algorithm(s) that are designed to use CT data with intravenous contrast enhancement. i. The PET/CT system shall have attenuation correction algorithm(s) that are designed to use CT data with oral contrast enhancement with positive contrast (iodinated contrast). j. The PET/CT system shall have attenuation correction algorithm(s) that are designed to use CT data with oral contrast enhancement with negative contrast (water). k. The contractor shall provide two PET/CT review stations for each facility with Mirada Medical fusion software compatible with the brand of PET/CT system provided, to be installed within the Asheville VAMC, the Hampton VAMC, and the Salem VAMC. These should be connected to the mobile system via VA provided network infrastructure over Virtual Local Area Network (V-LAN). The review station shall have the capacity to handle the computational load of 3-dimensional datasets and sufficient storage to keep images for a minimum of 12 months. The PET/CT review station shall be provided with hardware, software, and licenses capable of producing DICOM PET and CT image data on vendor supplied CDR/DVD-R disks for import into the VA Picture Archiving and Communication System (PACS). The vendor shall provide hardware and software maintenance and support during the term of this contract that maintains the most recent versions are available to the Asheville VAMC, Hampton VAMC, and Salem VAMC. l. The review station shall have two (2) 19 or larger color monitors of diagnostic quality for the type of images being reviewed. High resolution and high-lumen monitors shall not be accepted in place of diagnostic quality. m. The review station shall have a computer with high processing performance and large memory capacity to achieve real-time interactive navigation without compromising the native resolution of CT images (spatial resolution and dynamic range) or the scale of PET data to match the CT resolution. n. The review station shall have image fusion capability as well as whole body display. o. The review station shall have software tools that allow interpreting physicians to navigate between the two (2) modalities easily and efficiently and through multidimensional PET/CT datasets. p. The review station shall have software tools that have the capability to provide three (3) orthogonal planes of the CT images alone, the PET images alone and the superimposed PET/CT images and an additional set of non-corrected PET images. q. The Mobile PET/CT unit shall be ready for use regardless of outside environmental conditions. r. The Mobile PET/CT unit shall maintain a temperature to assure proper operation of the scanner without frequent calibration and provide for patient comfort. s. The PET/CT unit shall meet all federal, state, and local fire and safety requirements. t. Telecommunications: The mobile unit shall be equipped with outlet jack s connections capable of transmitting data and voice through Government provided category five (5) cable and dual pair phone cable. The Government will provide the connection required for the transmission of images, data and voice. u. The mobile unit shall support DICOM Modality Work list (DMWL), for future use. v. The mobile unit shall be able to export DICOM images to at least one destination. w. System shall have been approved by the Federal Drug Agency (FDA) and meets or exceeds minimal standards for the type of equipment being provided as defined herein. x. The PET/CT scanner shall have an accessory top duplicating the flat tabletop of a linear accelerator and laser localization system to facilitate radiation therapy treatment planning set-ups. Requirements responses shall include a description of the localization system to be provided with the PET/CT system. CONTRACTOR S QUALIFICATIONS: The contractor must be regularly established in the business called for, financially responsible and have the necessary equipment and personnel to furnish service in the volume required for all items under this requirement. The successful Contractor shall meet all Federal, State and Local codes and requirements for the operation of this service and equipment provided. Employees authorized by the Contractor to perform services under this specification and any resulting contract, (including all PET/CT Scanning Technologists) shall be licensed and/or registered in a State, Territory or Commonwealth of the United States or the District of Columbia and meet the Nuclear Medicine Technologist professional qualification criteria of Virginia. The PET/CT scanning technologists shall be certified Nuclear Medicine Technologists American Registry of Radiologic Technologists (ARRT) and/or Nuclear Medicine Technology Certification Board (NMTCB) as defined herein. In addition, staff must complete and obtain certification of the Privacy/Information Security Course and the Privacy training for employees with access to PHI. In the event that additional technologists are required to increase services under this contract, the Contractor shall be requested to provide a written description of those personnel to the Contracting Officer for approval and security clearance (background investigation) prior to the commencement of any additional services. The Contractor is required to develop and maintain the following documents for each Contractor employee working on the contract: credentials and qualifications for the job; a current competence assessment checklist (an assessment of knowledge, skills, abilities and behaviors required to perform a job correctly and skillfully; including knowledge and skills required to provide care for certain patient populations, as appropriate.); a current performance evaluation supporting ability of the Contractor employee to successfully perform the work required in this requirement; and listing of relevant continuing education for the last two (2) years. The Contractor shall provide current copies of these records at the time of contract award and annually on the anniversary date of contract award to the Asheville VAMC, Hampton VAMC, and Salem VAMC COR or Radiology management designee; or upon request, for each Contractor employee working on the contract. Personnel assigned by the Contractor to perform the services covered by this contract shall be proficient in written and spoken English (38 USC 7402). Contractor s technologists shall be required to type patient information into the PET/CT computer ensuring that all images are identified with the correct patient information to include: full name, social security number, date/accession number and modality type. Contractor s assigned personnel must be computer literate in the type of software and/or hardware associated with their duties. The Contractor shall have a memorandum of understand (MOU) in place with Asheville VAMC, Salem VAMC, and Hampton VAMC in accordance with 10 CFR §35.80. CONTRACTOR S STAFF: Contractor shall provide all required specialized medical PET/CT Technologist(s) and any qualified support staff (as patient volume requires) necessary to provide services for Asheville VAMC, Hampton VAMC, and Salem VAMC patients. PET/CT Mobile Unit Driver shall be licensed as applicable to operate and drive the mobile vehicle in which the unit is housed. Contractor technical employees shall have valid, in date Basic Life Support (BLS) certification and be authorized to initiate this life-saving act if necessary. CONTRACTOR S RESPONSIBILITIES: Contractor shall be responsible for providing the two qualified PET/CT Scanning Technologist(s) to perform services defined herein. Contractor shall be responsible for training Asheville VAMC, Hampton VAMC, and Salem VAMC physicians on the use of the Contractor provided workstation and image analysis software as directed by the COR. Contractor shall be responsible for the timely delivery of the PET/CT trailer such that the Contractor may facilitate the following start up functions: Prior to the commencement of daily services, the Contractor shall perform whatever tests are necessary so that the mobile trailer and all associated equipment is fully operational, safe and ready for services so that the schedule of patients is maintained always. Prior to the commencement of services, the Contractor shall ensure that the mobile trailer is properly positioned and docked. Contractor shall also ensure that the normal temperature within the mobile trailer is set and maintained prior to services. Prior to the commencement of daily services, the Contractor shall ensure that the mobile trailer is level and safe for all Asheville VAMC, Hampton VAMC, and Salem VAMC patients and that appropriate utilities are connected for proper warm up of all on board systems. Contractor shall allow sufficient time for contacting the VA Police when gaining access to Asheville VAMC, Hampton VAMC, and Salem VAMC. Communications systems shall be operational before commencement of services. The contractor shall develop, provide and maintain Management, Staffing and Quality Control Plans which include the substitution of personnel for sicknesses, vacations, accidents and emergency conditions. Replacement personnel shall be from a pool of personnel that are available and fully cleared and approved to work on the contract. See B.4, paragraph 4 Personnel and Temporary Substitutions . Contractor should be always professional and courteous to patients. Daily Quality Control time must not interfere with the regular scheduling of patients for exams. The startup functions must be completed prior to 8:00 am on each day when trailer is scheduled to be on site in time for the first patient s injection. Contractor shall be responsible for ensuring diagnostic quality images are always provided. Asheville VAMC, Hampton VAMC, and Salem VAMC reserves the right to require corrective action if image quality or other service problems are brought to the attention of the Contractor. Contractor shall be responsible for monitoring the number of PET/CT scans performed, and that the billing is in accordance with the correct pricing. Potential Sources who are interested and capable of providing the above services must demonstrate their experience and knowledge of the required services and their capability to provide such services. Potential sources should identify business name, point of contact, business size and business socio-economic category (i.e. Small Business, Service Disabled Veteran Owned Small Business, Veteran Owned Small Business, 8(a), Hub Zone, Women Owned Small Business, Small Disadvantaged Business, etc.), service capability statement, information from recent and relevant projects similar in nature, DUNS number, company address and any additional information felt to be pertinent. Responses to this Sources Sought will be used by the Government to make appropriate acquisition decisions to enable maximum competition. After review of the responses to this Sources Sought Announcement, a solicitation announcement may be published at SAM.gov | Contract Opportunities website. Responses to this Sources Sought Announcement are not considered adequate responses for any solicitation announcement that may result from this notice. Interested offerors should respond to this Sources Sought announcement and to any resulting solicitation for this requirement. Responses to this notice should be limited to five (5) pages be in PDF or Word format and send via email to David.Smith78@va.gov. Telephone responses will not be accepted. Responses must be received no later than 1:00 pm (EDST), November 27, 2023. This notice is to assist the VA in determining sources only. A solicitation is not currently available. NOTE: Businesses must be registered in System for Award Management (SAM) and SDVOSB and VOSB must be registered in VetCert at Veteran Small Business Certification (sba.gov). Please limit submission to five (5) pages.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/334ffdeaa1254605857695eb5cb9c953/view)
 
Place of Performance
Address: Hampton VAMC Salem VAMC Asheville VAMC
 
Record
SN06889237-F 20231119/231117230054 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.