Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 19,2000 PSA#2624

Acquisition & 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