|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 19,2000 PSA#2624Acquisition & Materiel Management (90C), VA Medical Center, 1900 E Main
St, Danville, IL 61832-5198 Q -- LOCUM TENENS, RADIOLOGIST SERVICES SOL 550-22-00 DUE 070700 POC
Cynthia K. Rogers, #217-554-5886 This is a combined
synopsis/solicitation for commercial item services prepared in
accordance with the format in FAR Subpart 12.6 as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; written proposals are being
requested. A written solicitation will not be issued. This acquisition
is unrestricted. This document and incorporated provisions and clauses
are those in effect through FAC 99-18. SIC 8011 applies and the small
business size standard is $5 million average annual receipts over the
last three years. REQUIREMENTS The contractor shall provide one
full-time equivalent (FTE) radiologist to perform the requirements of
this contract. An FTE is defined as a contractor's employee working
eight hours per day, five days per week (40 hours). Possible on-call
services, evenings and weekends may be required. While VAMC recruits a
staff radiologist, it has a requirement for a contractor to furnish
the services of a board-certified radiologist who has current,
unrestricted licensure in a state, territory or commonwealth of the
United States or the District of Columbia. The Department of Health and
Human Services OIG Exclusionary List and the National Practitioners'
Data Bank will be queried prior to providing contractual services.
These queries must be negative and show no evidence of past
disciplinary actions. Radiologist services to be provided to and at the
VA Medical Center in Danville, Illinois for the time period of July 24,
2000 through December 1, 2000. Duties will include, but will not be
limited to, 1) consultation referable to radiology; 2) fluoroscopy with
interpretations; 3) interpretation of radiographic examinations; 4)
inservice training to teach staff as requested; 5) quality assurance
participation; 6) CAT scanning and interpretations; 7) administrative
tasks to be performed by a radiologist as needed; 8) mammography
interpretation; 9) ultrasound interpretation; and 10) nuclear medicine
consultation, supervision, and interpretation. The quality assurance
programs of the VA Medical Center Imaging Service will be recognized as
the acceptable inspection/monitoring criteria. Necessary radiological
services referred to above are to include interpretation of all the
diagnostic radiological procedures and performance of all fluoroscopy
procedures. The estimated number of diagnostic procedures per year is
between 16,000 and 18,000. The contractor shall provide worker's
compensation, professional liability insurance, malpractice insurance,
employee health/infection control program and appropriate
immunizations, income tax withholding and social security payments for
his personnel. The contractor or his employees shall not be considered
VA employees for any purpose. The contractor's employee shall comply
with appropriate and applicable policies, rules, and regulations of the
Danville VA Medical Center. The following provisions and clauses shall
apply to this solicitation: FAR 52.252-2 Clauses Incorporated by
Reference. This contract incorporates one or more clauses by reference,
with the same force and effect as if they were given in full text. Upon
request, the Contracting Officer will make their full text available.
The full text of a clause may be accessed electronically at these
addresses: http://www.arnet.gov/far (FAR) and
http://www.va.gov/oa&mm/vaar/ (VAAR). Clauses included are FAR
52.212-1, Instruction to Offerors Commercial Items; FAR 52.212-2,
Evaluation of Commercial Items; FAR 52.212.3, Representations and
Certifications Commercial Items; FAR 52.212-4, Contract Terms and
Conditions Commercial Items; FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statutes of Executive Orders
Commercial Items; FAR 52.216-18, Ordering; FAR 52.216-19, Order
Limitations; FAR 52.216-21, Requirements; FAR 52.217-9, Option to
Extend the Term of the Contract; FAR 52.224-1, Privacy Act
Notification; FAR 52.224-2, Privacy Act; VAAR 852-270-4, Commercial
Advertising; VAAR 852.219-70, Veteran-Owned Business; VAAR 852.219-70,
Protest Content; VAAR 852.236-76, Correspondence; VAAR 852.237-7,
Indemnification and Medical Liability Insurance; VAAR 852.237-70,
Contractor Responsibilities; VAAR 852.270-1 Representatives of
Contracting Officers; VAAR 852.233-71, Alternate Protest Procedure; and
VAAR 852.271-70, Services Provided Eligible Beneficiaries. All offers
will be reviewed based on the following: professional qualifications,
clinical and consultation skills, availability, past performance, and
cost. Proposals shall include all information required in FAR 52.212-1,
Schedule of Prices Offered. Prospective contractors must submit a
completed copy of provisions at FAR 52.212-3, Offeror Representations
and Certifications Commercial Items, and VAAR 852.219-70, Veteran-Owned
Small Business Certification along with pricing/technical quotation
(hourly rate), documents necessary for credentialing and privileging
the provider candidate, copies of current licenses and qualifications
with the offer. Contract practitioners may not begin work until all
credentialing and privileging requirements according to JCAHO
requirements and VA procedures have been met and the VA facility
director has signed necessary documents. This contract is from
approximately July 24, 2000 through December 1, 2000 with two one-month
extensions. The government intends to evaluate offers and award without
discussions. The government reserves the right to conduct discussions
later if determined by the Contracting Officer. Solicitations are being
requested under Public Law 104-262, the Veterans Health Care
Eligibility Reform Act of 1996 and Title 38 United States Code, Section
8153 with a Commercial Item format of terms, conditions, and
provisions/clauses. This program is being conducted under FAR Subpart
13.5 test program and simplified acquisition procedures apply. VA will
conduct the procurement according to a combination of FAR Part 12,
Acquisition of Commercial Items, and Part 13, Simplified Acquisition
Procedures. Written quotes must be received by 4:00 p.m. (central
daylight savings time) on July 7, 2000 at the VA Medical Center;
Danville, IL 61832; Attn: Cynthia K. Rogers, Acquisition and Materiel
Management Service (90) or by FAX at 217-554-4553. Posted 06/15/00
(W-SN465292). (0167) Loren Data Corp. http://www.ld.com (SYN# 0065 20000619\Q-0003.SOL)
Q - Medical Services Index Page
|
|