Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2005 FBO #1258
SOLICITATION NOTICE

Q -- RADIOLOGY INTERPRETATION - FCI/FPC BECKLEY, WV

Notice Date
5/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Justice, Bureau of Prisons, FBOP - Field Acquisition Office, U. S. Armed Forces Reserve Complex 346 Marine Forces Drive, Grand Prairie, TX, 75051
 
ZIP Code
75051
 
Solicitation Number
RFQ-10303-0007-5
 
Response Due
6/30/2005
 
Point of Contact
Michael Rouanzion, Contract Specialist, Phone 972-352-4522, Fax 972-352-4545, - Doug Fear, Contract Specialist, Phone (972) 352-4530, Fax (972) 352-4545,
 
E-Mail Address
mrouanzion@bop.gov, rdfear@bop.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Federal Bureau of Prisons has a requirement for the provision of a Radiologist to provide radiological reading and interpretation services for the inmate population at the Federal Correctional Institution (FCI) and Federal Prison Camp (FPC) located in Beaver, West Virginia 25813. The small business size standard for this requirement is $8.5 million and the NAICS is 621111.It is estimated the contractor will perform 2400 sessions in each the base year and four possible option years.These quantities are estimates only.A session is defined as 1 (one)reading/interpretation.Upon receiving x-ray films, the contractor will read the films on a daily basis, and both the films and reports will be returned within (10) ten days.The contractor will fax abnormal results to FCI/FPC Beckley immediately upon completion.The contractor will read the x-rays at their office or their affiliated medical facility.All supplies and equipment will be furnished by the contractor and the contractor will be responsible for all costs incurred for courier service (labels, mailers, shipping charges, etc.)This will include pick up and delivery to and from FCI/FPC Beckley.All duties shall be performed in accordance with standards and methods generally accepted within the field of Radiology, and compliance with all Federal and State policy and regulations.The contractor(s) shall adhere to all standards and regulations associated with the Joint Commission on Accreditation of Healthcare Organizations (JCAHO) and American Correctional Association Foundation/Core Standards for Adult Correctional Institutions.The contractors performance shall be monitored by the Contracting Officers Technical Representative (COTR).The contractor shall provide verification of credentials and proof of malpractice insurance, prior to award.X-ray reports will contain an interpretation of the x-ray and if indicated a diagnosis, or recommendation for further studies.Contractor must provide typed, signed reports within ten days of receipt on all routine and emergent studies (i.e., chest x-ray, negative examination; wrist, fractured 5th metacarpal joint, recommend clinical correlation suggested, repeat exam within two weeks).This will include, but not be limited to:diagnosis; recommendations for further evaluations or diagnostic tests; recommendations for follow up care if necessary, and at what interval.The contractor must be a graduate of an accredited university with a degree in medicine.The contractor must have completed further studies/training in the field of Radiology, and be at a minimum, eligible for Board Certification and licensed as a Radiologist.The provision of services under this proposed contract will not require contact with inmates or a security clearance. The solicitation will be made available on or about June 2, 2005, and will be distributed solely through the General Services Administration Federal Business Opportunities website at www.fedbizopps.gov. All future information concerning this acquisition, including solicitation amendments, will be distributed solely through this website. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this acquisition.The anticipated date for receipt of quotes is on or about June 30, 2005.The work is expected to start on or about August 1, 2005, for twelve months, with four possible one-year options periods to follow.All responsible small business sources are encouraged to submit a quotation which will be considered for award. Faith-Based and Community-Based Organizations have the right to submit offers/bids equally with other organizations for contracts for which they are eligible. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (05-MAY-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/BPR/70032/RFQ-10303-0007-5/listing.html)
 
Place of Performance
Address: Federal Bureau of Prisons, Federal Correctional Institution and Federal Prison Camp, 1600 Industrial Park Road, Beaver, WV
Zip Code: 25813
Country: USA
 
Record
SN00802064-F 20050507/050505213924 (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.