Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 08, 2024 SAM #8382
SOURCES SOUGHT

Q -- Radiology Services (CAT Scans) for the National Institute on Aging (NIA) Clinical Unit Participants

Notice Date
11/6/2024 9:19:23 AM
 
Notice Type
Sources Sought
 
NAICS
622110 — General Medical and Surgical Hospitals
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95025Q00030
 
Response Due
11/21/2024 6:00:00 AM
 
Archive Date
12/06/2024
 
Point of Contact
Kevin Alvarez
 
E-Mail Address
kevin.alvarez@nih.gov
(kevin.alvarez@nih.gov)
 
Description
SAM.gov SOURCES SOUGHT NOTICE Solicitation Number: �75N95025Q00030 Title:� Radiology Services (CAT Scans) for the National Institute on Aging (NIA) Clinical Unit Participants Classification Code:� Q522 NAICS Code:� 622110 Description:� General Medical and Surgical Hospitals � This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition.� It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.� Responses will not be considered as proposals or quotes.� No award will be made as a result of this notice.� The Government will NOT be responsible for any costs incurred by the respondents to this notice.� This notice is strictly for research and information purposes only. Background: �The National Institute on Aging (NIA) Intramural Research Program (IRP) Clinical Research Core (CRC) seeks to elucidate normative values and separate normal aging findings from disease states in aging in an effort to prolong disease-free states with age. The CRC serves as an infrastructure to facilitate the creation and development of therapeutic targets for the treatment of age-related disease across the NIA IRP. The CRC performs research in various protocol studies that have direct clinical applications to human aging and disease states. NIA recruits voluntary participants to take part in the various research protocol studies performed by the CRC staff. Many of these studies require computed axial tomography (CAT) radiology testing for which the NIA requires on-site support services. Purpose and Objectives: The purpose of this acquisition is to procure computed axial tomography (CAT) radiology services for National Institute on Aging (NIA) human clinical research participants on an indefinite-delivery indefinite-quantity basis. Project requirements: The Contractor shall provide computed axial tomography (CAT) radiology services to the National Institute on Aging (NIA) Clinical Research Core (CRC) as follows: Provide facilities and equipment for head and total body computer axial tomography (CAT) scan radiology testing at MedStar Harbor Hospital, 3001 S. Hanover Street, Ground Floor, Room GNM32, Baltimore, MD 21225 where the NIA CRC operates. �Perform CAT scan radiology tests on NIA volunteer research participants as needed under credentialed NIA IRP physician or nurse practitioner orders. Tests shall include CAT Scan Services (CPT Codes 76497 BC-BLSA CT PROTOCOLS and 77078 BC-CT BONE DENSITY AXIAL SKEL), and other head and total body CAT scan tests as required based on Institutional Review Board (IRB) approved research protocols. A minimum of 12 and a maximum of 16 scans shall be required per week, or a minimum of 624 scans and a maximum of 832 scans per year. Tests shall be performed as scheduled. Tests shall be scheduled based on faxed requests provided to the Contractor by the Government. The Contractor must accept fax communication. Upon completion of radiology tests the images will be electronically sent to NIA in DICOM format. Store and Maintain CAT scan radiology testing data in DICOM format for 48 hours after the scan of the research participant. Retrieve this information for the Government within this timeframe as requested by the Contracting Officer's Representative. Destroy testing data after the 48 hours have elapsed unless otherwise indicated by the Government. Contractor must be a ""covered entity"" under the Health and Portability and Accountability Act of 1996 (HIPPA) and agree to comply with the requirements thereof pertaining to patient privacy. All radiology services must be provided between the hours of 7:00 AM and 5:00 PM local time Monday through Friday by American Board of Medical Specialties Certified, or equivalent, radiologists with the following qualifications: Successful completion of a residency program in radiology which was accredited by the Accreditation Council for Graduate Medical Education. The contractor shall provide certificates of such completion for all radiologists supporting this requirement upon request. A valid and unrestricted radiology medical license issued by a state, territory, or commonwealth of the United States of America. The licenses must be valid for the entirety of the requirement period(s) of performance and must be available upon request. Basic Cardiac Life Support Certification and Advanced Cardiac Life Support Certification. Certification documents must be available upon request. Anticipated period of performance: The anticipated period of performance is January 3, 2025 through January 2, 2030. Requested Response: The intent of this sources sought notice is to define the procurement strategy (e.g. set-aside, sole source, unrestricted) for a solicitation that is intended to be posted soon. Interested contractors are requested to respond by (1) identifying how their proposed product meets or exceeds the project requirements listed above; and (2) providing product literature, white papers, or capability statements that demonstrate their bona fide ability to supply such an item within the time frame described above. In addition, please state your business size status and whether you are the manufacturer or authorized distributor of the item you propose. Please note that NCATS is particularly interested in small business sources. If you are a small business, please state the type of small business (small business; HUBZone; service-disabled, veteran-owned; 8(a); veteran-owned; woman-owned; or small disadvantaged businesses) and your size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.), pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. The information submitted must be must be in an outline format that addresses each of the elements of the project requirements and in the capability statement /information sought paragraphs stated herein.� A cover page and an executive summary may be included but is not required. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contracting Officer.� Facsimile responses are NOT accepted. The response must be submitted to Kevin Alvarez, Contracting Officer, at e-mail address kevin.alvarez@nih.gov. The response must be received on or before November 21, 2024, 9:00am, Eastern Time. Disclaimer and Important Notes:� This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published at SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aa04f0af3e6c4bbd928f20e23758be6c/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07259031-F 20241108/241106230108 (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.