Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2004 FBO #1055
SOLICITATION NOTICE

Q -- Registered or State Certified Radiographer for Transmobile Lithortripsy Equipment. Place of Performance: Winn Army Community Hospital, Fort Stewart, GA 31314-5325. Period of Performance: 1 Dec 04-30 Nov 05 and four 1-year options.

Notice Date
10/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV-05-T-0001
 
Response Due
10/25/2004
 
Archive Date
12/24/2004
 
Small Business Set-Aside
Total Small Business
 
Description
PERFORMANCE BASE WORK STATEMENT (PBWS) CERTIFIED OR STATE CERTIFIED RADIOGRAPHER 1. GENERAL: This is a non-personal services requirement for the use of the Medstone Transmobile Lithotripsy equipment, technician services and supplies to operate the equipment. Services shall be provided at Winn Army Community Hospital (WACH), Fort Ste wart, on a monthly basis, in accordance with scheduled dates agreed upon by the MTF and the vendor. 1.2. Contract technicians shall present proof of current immunizations or immunity prior to beginning services under this contract. 1.3. PERSONNEL REQUIREMENTS: The technician: 1.3.1. Shall be a registered or state certified radiographer. 1.3.2. Shall have a minimum of 1 year of experience in the use of the MEDSTONE STS and/or STS-T lithotripters. 1.3.3. Shall possess and maintain current Basic Cardiac Life Support (BCLS) certification. 1.4. DUTY HOURS: Services shall be provided, on a once per month basis, as scheduled between the Chief, Urology Service and the contractor. Services will begin at 0700 and continue until all scheduled patients have received treatment. The COR shall be notified of the scheduled services once arranged. 1.4.1. Changes to scheduled dates, by either party, shall be coordinated not less than 14 days prior to the scheduled date of service. The COR shall be notified immediately of any schedule changes. 1.5. RESTRICITONS AND CONSTRAINTS: 1.5.1. The contractor shall not bill a patient, an insurer, or anyone else for services rendered under this contract, nor shall they assess a no-show or delinquent patient charge. 2. GOVERNMENT FURNISHED FACILITIES, SERVICES, SUPPLIES AND EQUIPMENT: 2.1. Facilities: During the specified days/hours of performance under this agreement, contractor shall have the use of required space within the OR Suites for safe set-up and operation of the equipment. 2.2. Supplies: 2.2.1. The government will furnish all pharmaceutical supplies required for patient sedation. 2.2.2. The government will furnish all linens required during use of the contractor equipment. 2.2.3. The government will furnish visitor identification badges to contractor personnel on the scheduled dates of service. 2.3. Services: 2.3.1. MTF personnel shall arrange patient scheduling. Complete administrative control and jurisdiction of the patient shall remain with the government. 2.3.2. MTF shall provide the services of the active duty Urologist to perform the lithotripsy procedures. 2.3.3. MTF shall provide ancillary personnel, with the exception of the contract technician, to ensure safe delivery of care to patients. 2.3.4. MTF shall perform technical inspection of the lithotripter upon both arrival and departure of the equipment from the MTF. 3. CONTRACTOR FURNISHED EQUIPMENT/MATERIALS/PERSONNEL: 3.1. The contractor shall provide the Medstone STS-T Transmobile Lithotripter, or a comparable substitute, to WACH in accordance with the schedule coordinated between the MTF and the contractor. 3.2. The contractor shall provide a qualified technician to assist in operation of the equipment. 3.3. The contractor shall provide all supplies needed for the operation of the equipment. 4. PERFORMANCE MEASURES. 4.1. Outcome. The contractor shall provide portable Lithotripter, technician and supplies required for successful performance of services as specified in this PBWS. 4.2. Standards. " No contractor initiated cancellations. " Provide required services in accordance with MTF requested dates  95% " No more than 2 substantiated patient and/or staff complaints per 12-month period. 4.3. How Measured. Department/clinic supervisory personnel will monitor performance through government information systems and records, patient records, customer service information and contractor reports. 5. PROVISION OF CARE. 5.1. Contractor personnel shall ensure th at all JCAHO standards for professional medical care shall be met during performance of services under this agreement. 5.2. Contractor personnel shall abide by AR 340-17 (Release of Information and Records from Army Files), and the confidentiality of patient records, embodied in the Privacy Act of 1974 concerning the nature of limited privileged communication between pati ents and providers as may be necessary for security and personnel reliability programs. Referenced regulations are available for review through the COR. Note: This is a Pre-Solicitation Notice only. Request the Solicitation by email or phone.
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
Country: US
 
Record
SN00694316-W 20041016/041014212007 (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.