Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2003 FBO #0524
SOURCES SOUGHT

Q -- Sources Sought for Radiology Services

Notice Date
5/5/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
Reference-Number-Radiology-Services-Maxwell
 
Archive Date
6/3/2003
 
Point of Contact
Mike Carnley, Contract Specialist, Phone 334-953-5611, Fax 334-953-3527, - James White, Contract Specialist, Phone 334-953-6513, Fax 334-953-3543,
 
E-Mail Address
michael.carnley@maxwell.af.mil, james.white@maxwell.af.mil
 
Description
The government anticipates award of a five (5) year pre-priced blanket purchase agreement for radiological services as described herein. This is a sources sought announcement to perform market research for services limited to furnishing transportation, labor, equipment and materials, and tools to provide interpretation and consultation services for the diagnostic radiographs taken at the Medical Treatment Facility (MTF) located on Maxwell AFB, AL. Please respond only if your firm meets the following requirements: Your firm must be able to begin performance on 1 August 03. The contractor must possess a credentials package for each contract provider that will serve the MTF; in accordance with Air Force Instruction (AFI) 44-119, credential packages will include: 1 copy of each qualifying degree or diploma; 1 copy of each postgraduate training certificate (i.e., internship, residency, fellowship, etc.); 1 copy of current professional licenses or authorizing documents and renewal certificates; 1 copy of specialty board certificates. The government credentials function will query the National Practitioner Data Bank (NPDB) for all contract physicians. The interested provider must have graduated from a school accredited by a recognized national accrediting agency acceptable to the Surgeon Genera and completed postgraduate training (i.e., internship, residency, or fellowship). The provider shall have provided radiology services a minimum of six (6) months within the past 12 months and have minimum of One (1) year total experience. Not later than five (5) working days prior to contract start, certification shall be provided to the Contracting Officer that healthcare providers have completed a pre-employment physical examination. This certification shall state the date on which the examination was completed, the doctor?s name that performed the examination, and a statement concerning the physical health of the individual. The certification shall also contain the following statement: ?(name of contract employee) is suffering from no contagious diseases to include but not limited to Tuberculosis, Hepatitis, and Venereal Diseases.? Also, as a condition of employment, OSHA requires that contract personnel who will have occupational exposure to blood or body fluids, or other potentially infectious materials, shall receive Hepatitis B vaccine, sign a voluntary declination, or have documented proof of immunity to Hepatitis B infection. Personnel who sign declinations may change their minds at anytime and receive the Hepatitis B vaccine without penalty. The Contractor shall maintain during the term of this contract liability insurance issued by a responsible insurance carrier in amount no less than $500,000. Refer to the Federal Acquisition Regulation (FAR Clause 52.237-7 ?Indemnification and Medical Liability Insurance,? which can be found at http://farsite.hill.af.mil/. Proof of required insurance must be provided to the Contracting Officer prior to the contract start date. Healthcare providers registered or certified by national/medical associations shall continue to meet the minimum standards for CME to remain current as prescribed in AFI 41-117. CME shall be obtained at no additional cost to the government and shall be reported to the Contracting Officer annually on the first normal duty day in January for the previous calendar year. The eleven (11) different types of services that will be required are as listed: Interventional procedures (biopsies or drainage using any imaging modality for guidance), CT Scan of any body part (study without contrast), CT Scan of any body part (study with contrast alone or study without contrast and then with contrast), Flouroscopic examinations and IVPs (esophagrams, upper GI series, small bowel follow-throughs, barium enemas, IVPs with or without tomography, and any other fluoroscopic exams requested by facility), Plain film examinations (this would include any CPT 4 code for radiographic examination), Screening mammography, problem solving mammography (this would include spot compression views, magnification views, and workup of patients who have either an abnormal screening mammogram or a mass), Ultrasound examinations, technologist services and trained CT technologist, technologist services and trained mammography technologist, and metastatic bone survey. All offerors must be registered with the Central Contractor Registration, located at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html, in order to do business with the government. Responses are due by 19 May 2003. To receive a copy of the Blanket Purchase Agreement or to send in your response, please contact Mike Carnley at michael.carnley@maxwell.af.mil, or 334-953-5611 or fax at 334-953-3527.
 
Place of Performance
Address: Medical Treatment Facility, Maxwell AFB, AL
Zip Code: 36112
Country: United States
 
Record
SN00317835-W 20030507/030505213354 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.