Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2006 FBO #1732
SOLICITATION NOTICE

H -- Diagnostic Quality Assurance Medical Physics Support

Notice Date
8/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
FA8601-06-T-0138
 
Response Due
9/1/2006
 
Archive Date
9/10/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested written solicitation will not be issued. This solicitation FA8601-06-T-0138, is a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07. This Acquisition is a 100% Small Business Set Aside. The services being acquired is : Diagnostic Quality Assurance Medical Physics Support. The period of performance for this contract is one year from date of award and four ( 4) year option. FOB point is Destination. Solicitation Provision FAR 52-212-1 Instructions to Offerors-Commercial applies to this acquisition. Evaluation will based on over all Best Value to the Government accomplished in accordance with IAW FAR 8:404, as well as price, experience, past performance , Technical Capabilities, and Contractor ability to comply with the Performance Work Statement (PWS) This requirement is TO PROCURE: Services of a Diagnostic Quality Assurance Medical Physics Support . SIC Code 8990, NAICS Code 541380 : Attn: The following clauses and provisions apply: FAR 52.212-1, Instructions to Offerors ? Commercial Items; FAR 52.212-2, Prohibition of Segregated Facilities 52.222-21, Equal Opportunity 52.222-26, Affirmation Action for Disable Veterans and Veterans of Vietnam Era 52.222-35 , Affirmative Action for Workers with Disabilities 52.222-36, Employment Report on Specials Disable Vets, Vets of the Vietnam Era and other eligible Veterans; Buy American-Act Supplies 252.225-7001. Evaluation, Commercial Items (technical capability, price, past performance) award will be based on overall best value to the Government; FAR 52.212-3, Offeror Representations and Certifications?Commercial Items; FAR 52.219-1 Small Business Program Representations (May 2001) Alternate I (Oct 2000) fill-in (a)(1) is 334513, fill-in (2) is 500 employees; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Apr 2001)(Deviation); FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999); FAR 52.222-25 Affirmative Action Compliance (Feb 1984); FAR 52.222-26 Equal Opportunity (Feb 1999); FAR 52.247-34 F.O.B. Destination (Nov 1991); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2001) (Deviation); FARS 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Programs (Feb 2000); FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); FAR 52.252-2 Clauses incorporated by Reference (Feb 1998) fill-ins http://farsite.hill.af.mil FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.204-7004 Required Central Contractor Registration 52.232-33, 52-204-6 Data Universal Numbering System (DUNS) Number applies to this acquisition. The offeror shall return a copy of FAR 52.212-3; FAR 52.219-1; FAR 52.222-22 and FAR 52.222-25., DFARS 252.204-7004, Required Central Contractor Registration, DFARS 252.212-7001,Contract Terms and Condition Requires to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial items (Apr 2001) Deviation DFARS 252.225-7001- Buy American Act and Balance of Payment Program, DFARS 252.204-7003 Control of Government Personnel Work Product. 252.232-7003, Electronic Submission of invoices, Contractor access to the base 5352.242-9000, The Government will make an award from this Request for Proposal (RFP) to the responsible contractor whose proposal will be most advantageous to the Government. The Government reserve the right to not make an award at all. By submission of this RFP the contractor acknowledges the requirement that a prospective awardee must be registered in the CCR database prior toward, during performance, and through final payment of any contract resulting from this RFP. Interested parties are required to submit their proposal to Doris Mullen, 88TH CONS, 1940 Allbrook Drive, Room 109, Suite 3, Wright-Patterson AFB OH 45433-5309 or fax to (937) 656-1412 or e-mail: doris.mullen@wpafb.af.mil by 4:00 PM Eastern Time on 1 September 2006 (e-mail is preferable method for submission of proposal). For information concerning this request contact Doris Mullen at (937) 522-4632 or e mail at: doris.mullen@wpafb.af.mil All information regarding this acquisition will be posted on the World Wide Web at http//www.pixs.wpafb.af.mil. PERFORMANCE WORK STATEMENT FOR MEDICAL PHYSICS SUPPORT 1. DESCRIPTION OF SERVICES 1.0 Mission The Contractor shall provide a comprehensive Diagnostic Imaging Quality Assurance (QA) Program for the 88th Medical Group operations occurring on Wright-Patterson AFB, Ohio. 1.1 Background and Objectives The Contractor shall provide physics services to ensure Diagnostic Imaging Quality Assurance Program shall conform to the most recent applicable American College of Radiology (ACR) and Joint Commission on Accreditation of Healthcare Organization (JCAHO) standards. 1.2 SCOPE OF THE WORK. The contractor shall furnish all management, labor, tools, equipment, transportation, and materials, necessary to provide medical physics services in support of 88th Medical Group, Wright-Patterson Air Force Base, Ohio. In general, it is expected that the Diagnostic Imaging Quality Assurance Program will satisfy the requirements of the American College of Radiology Accreditation (ACR) Programs for Mammography, Stereotactic Breast Biopsy, Magnetic Resonance Imaging, Ultrasound, Barium Enema, and Nuclear Medicine. For those imaging modalities for which an ACR Accreditation Program does not yet exist, the Diagnostic Imaging Quality Assurance Program shall conform with the most recent applicable ACR and Joint Commission on Accreditation of Healthcare Organization (JCAHO) standards. The Contractor shall provide physics services to ensure compliance with the Mammography Quality Standards Act IAW 21 CFR 900. This contract also includes provisions for locum tenens coverage by a diagnostic imaging medical physicist, a certified medical dosimetrist, and a radiation therapy physicist. 1.3 DIAGNOSTIC IMAGING QUALITY ASSURANCE PROGRAM. The Contractor shall establish a written Diagnostic Imaging Quality Assurance Program which includes procedures and forms for recording measured data for the following types of medical imaging systems: computed radiography plate readers, fixed radiographic systems, fixed radiographic-fluoroscopic systems, portable radiographic systems, portable fluoroscopic systems, mammography imaging systems, computerized axial tomography systems, magnetic resonance imaging systems, diagnostic ultrasound systems, and nuclear medicine imaging systems. Appendix B contains a listing of diagnostic imaging systems currently in use that are to be included in the scope of this contract. The Contractor shall deliver a written Diagnostic Imaging Quality Assurance Program and a projected schedule for performance of all tests not later than 45 days from contract award, to the appointed Quality Assurance Personnel (QAP). These procedures and reporting forms shall be reviewed Jan, Apr, Jul, and Oct. Revised Oct to meet most current recommendations and whenever a new imaging system is brought into use which replaces one of the aforementioned imaging systems or a significant upgrade to one of these systems occurs. The Medical Physics Element Chief, or an individual designated by the Functional Commander (FC), will review and accept the written procedures and reporting forms within 15 days of receipt. Contractor shall have 15 days to make corrections upon receipt of written comments based on the aforementioned review at no additional cost to the Government. Each test procedure shall describe the objective of the test, applicable reference(s), office of primary responsibility (OPR), the test frequency, required test equipment, a detailed step-by-step test procedure, performance criteria and corrective action, and documentation of results. 1.3.1 TEST OBJECTIVES. The test objectives must clearly relate to accepted standards of performance and continuing and baseline performance of imaging systems covered under this contract. Accepted standards of performance may include, but not be limited to, manufacturer?s specifications, accreditation body recommendations (e.g. American College of Radiology (ACR) Joint Commission on Accreditation of Healthcare Organizations), Federal Regulations (e.g. the Mammography Quality Standards Act), or professional society recommendations (e.g. the American Association of Physicists in Medicine). 1.3.2 REFERENCES. There are a number of standard methods for the evaluation of diagnostic imaging systems. These are described in the various technical reports of the American Association of Physicists in Medicine (AAPM), the Food and Drug Administration (FDA) and the American College of Radiology (ACR). Suggested references are listed in Appendix A to this PWS 1.3.3 TEST EQUIPMENT. The Contractor shall determine the needs for, specify, and provide all measurement instruments or devices necessary to conduct quality assurance tests. The Contractor shall provide all test equipment necessary to perform quality assurance tests. All such test equipment shall remain the property of the Contractor. All measurement instruments or devices shall be calibrated as recommended by the manufacturer, and where appropriate, bear a current calibration label. The Contractor shall provide a copy of current calibration reports for these measurement instruments or devices, to the appointed QAP within 45 days of contract award and annually thereafter. The Contractor shall furnish specialized test objects required for compliance with American College of Radiology (ACR) Accreditation Programs. 1.3.4. TEST FREQUENCY. In general, it is expected that the test frequency may include daily, weekly, monthly, quarterly, semiannual, and annual test intervals. The Contractor shall follow guidance provided by the reference documents described above. 1.3.5 OFFICE OF PRIMARY RESPONSIBILITY. The Contractor shall conduct any tests on a monthly, quarterly, semiannual, or annual basis. Any tests, which are to be performed on a daily, or weekly, basis, will be performed by the Government IAW Diagnostic Imaging Quality Assurance (QA) Program. 1.3.6 MONTHLY QUALITY ASSURANCE REPORTS. The Contractor shall provide written reports which fully document both continuing and baseline performance of imaging systems covered under this contract. These reports shall incorporate data obtained by both the Contractor and the Government (when applicable). These reports shall include measurement values and, in those cases where a value is outside accepted limits, shall show the value of each limit. These reports shall also interpret the results in plain language with recommendations for improvement, recalibration, repair or alterations of techniques, to improve image quality and/or reduce exposure to patients. Digital images and digitized test films shall be maintained so that each new test series and the previous series are on file and may be compared. Written reports shall be submitted not later than the 10th duty day (Monday thru Friday) of each month for the preceding month, to the appointed QAP. A monthly meeting shall be held on the first Monday following the 10th duty day of the month to discuss the reports. The Medical Physics Element Chief, or an individual designated by the FC, will review and approve the written reports. The Contractor shall immediately notify in writing the Medical Equipment Repair Center (MERC) and the Chief of Medical Physics of any malfunctioning diagnostic imaging system covered under this PWS. 1.3.7 MAMMOGRAPHY QUALITY STANDARDS ACT COMPLIANCE. The Contractor shall provide physics services to ensure compliance with the Mammography Quality Standards Act IAW 21 CFR 900. 1.4. AVAILABILITY OF PERSONNEL 1.4.1. HOURS OF OPERATION. Contractor employee(s) shall be present during normal duty hours (0730 to 1630, Monday through Friday) for at least 32 hours per month. Ideally, this time would be evenly divided throughout the month ? that is 8 hours per week, but alternative schedules may be approved by the FC. The Contractor shall have access to medical imaging systems after normal duty hours for the purpose of conducting quality assurance testing. 1.4.2. WORK SCHEDULE. The point of contact shall provide a list by date and time with individual personnel names for those days the Contractor shall be providing services. This list shall be provided to the FC by the 20th of each month for the next month. The Contractor shall submit work schedule changes in writing to the FC at least 48 hours in advance of the proposed change. 1.4.3 FEDERALLY OBSERVED HOLIDAYS. The contractor is not required to provide services on the following Federal holidays: New Years Day; Martin Luther King Day; President?s Day; Memorial Day; Independence Day; Labor Day; Columbus Day; Veterans? Day; Thanksgiving Day; and Christmas Day. 1.4.4. INSPECTIONS AND SURVEYS. The Contractor shall be available, to discuss technical matters and equipment performance with the Food and Drug Administration (FDA) inspectors, Mammography Quality Standards Act (MQSA) inspectors, and Joint Commission on Accreditation of Healthcare Organizations (JCAHO) surveyors. The Contractor shall be notified at least 72 hours in advance of any inspection or survey, which requires Contractor participation at no additional cost to the Government. 1.4.5. TECHNICAL DISCUSSIONS. The Contractor shall provide a representative at the request of the FC or the Medical Physics Element Chief to those groups and committees within the facility that could benefit from specialized scientific knowledge. Such groups and committees include bi-weekly Diagnostic Imaging Equipment and Quality Assurance Support meetings and quarterly Medical Center Radiation Safety Committee meetings. The contractor shall be given at least 72 hours advance notification. 1.4.6. PERFORMANCE EVALUATION MEETINGS. The Contracting Officer (CO) shall require the Contractor or his representative to meet with the CO, FC, and other government personnel at least quarterly, and as often as deemed necessary. The Contractor may request a meeting with the CO when deemed necessary. Meetings shall be documented in the contract file with written minutes signed by the contract manager and the CO, or contract administrator. Should the Contractor not concur with the minutes, such nonconcurrence shall be provided in writing to the CO within ten (10) calendar days of receipt of the minutes. 1.5. EDUCATION, TRAINING, AND PROFESSIONAL REQUIREMENTS. 1.5.1. DIAGNOSTIC IMAGING MEDICAL PHYSICISTS: All medical physicists providing technical/support services for diagnostic imaging systems under this contract shall be certified by either the American Board of Medical Physics in Diagnostic Imaging Physics, or by the American Board of Radiology in Diagnostic Radiological Physics. Documentation shall be provided upon request to Government personnel. 1.5.2. RADIATION THERAPY MEDICAL PHYSICISTS: All medical physicists providing technical/support services for radiation oncology systems under this contract shall be certified by either the American Board of Medical Physics in Radiation Oncology Physics, or by the American Board of Radiology in Therapeutic Radiological Physics. Documentation shall be provided upon request to Government personnel. 1.5.3. MAMMOGRAPHY PHYSICISTS: All medical physicists conducting surveys of mammography facilities and providing oversight of the facility mammography quality assurance program shall meet the education, training, and experience requirements contained in Food and Drug Administration, 21 Code of Federal Regulations, Part 900, Quality Mammography Standards. Documentation shall be provided upon request to Government personnel. 1.5.4. MEDICAL DOSIMETRISTS: All medical dosimetrists providing technical/support services for radiation oncology under this contract shall be certified by the Medical Dosimetrist Certification Board. Documentation shall be provided upon request to Government personnel. 1.5.5. CONTINUING MEDICAL EDUCATION (CME) REQUIREMENTS. Contract employees shall meet the American College of Radiology Standard for Continuing Medical Education. CME shall be obtained at no additional cost to the Government and shall be reported to the FC annually on the first normal duty day in January for the previous calendar year. Documentation shall be provided upon request to Government personnel. 1.6. LOCUM TENENS COVERAGE. 1.6.1. LOCUM TENENS DIAGNOSTIC IMAGING MEDICAL PHYSICIST. The Contractor shall provide locum tenens coverage when anticipated. This will be used to cover extended absences (more than 5 duty days ? Monday thru Friday) by the active duty medical physicist or to provide supplemental support for special projects at the request of the Medical Physics Element Chief and with the approval of the FC or an individual designated by the FC. Contractor will be given 30 calendar days advance notification of need for locum tenens services. 1.6.2. LOCUM TENENS RADIATION THERAPY MEDICAL PHYSICIST. The Contractor shall provide an American Board of Radiology board-certified therapy medical physicist to supervise work performed by non-certified physicists. The Contractor shall provide locum tenens coverage when anticipated. This will be used to cover extended absences (more than 5 duty days ? Monday thru Friday) by the active duty medical physicist or to provide supplemental support for special projects at the request of the Medical Physics Element Chief and with the approval of the FC or an individual designated by the FC. Contractor will be given 30 calendar days advance notification of need for locum tenens services. Contractor employees shall follow AAPM recommendations and ACR standards as given in Appendix C. 1.6.3. LOCUM TENENS CERTIFIED MEDICAL DOSIMETRIST. The Contractor shall provide locum tenens coverage by a Certified Medical Dosimetrist (CMD) when anticipated. This will be used to cover extended absences (more than 5 duty days) by the Civil Service Certified Medical Dosimetrist or to provide continuity of services at the request of Medical Physics Element Chief and with the approval of the FC or an individual designated by the FC. Contractor will be given 10 days advance notification of need for locum tenens services. Contractor employees shall follow AAPM recommendations and ACR standards as given in Appendix C. 1.7. GENERAL WORK REQUIREMENTS 1.7.1 QUALITY CONTROL PROGRAM. Contractor shall develop and maintain a quality program to ensure medical physics support services are performed in accordance with commonly accepted commercial practices. The contractor shall develop and implement procedures to identify and prevent defective services from reoccurring. Changes to this program will be made at no additional cost to the Government. 1.8. QUALITY ASSURANCE. The government will periodically evaluate the contractor?s performance in accordance with the Quality Assurance Surveillance Plan. 1.9. GOVERNMENT REMEDIES. The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items (May 1997), for contractor?s failure to perform satisfactory services or failure to correct non-conforming services. 1.10 POINT OF CONTACT. The Contractor shall provide a point of contact that shall be responsible for the performance of the work Monday thru Friday from 0900 to 1600 hours. The point of contact shall have full authority to act for the Contractor on all matters relating to the daily operation of this contract. The Contractor shall designate this individual, in writing, to the Contracting Officer (CO) before the contract start date. An alternate may be designated, but the Contractor shall identify those times when the alternate shall be the primary point of contact. If any changes occur in personnel the government will be notified in writing within 15 calendar days. 1.11. ENGLISH LANGUAGE REQUIREMENT. Contractor personnel engaged in performance of this contract shall read, understand, speak, and write English. 1.12. APPEARANCE. Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. Contractor personnel shall display on the front of their uniform or civilian clothes legible Contractor-furnished identification media (badge) which lists the employee and company's name. Any required MTF identification will be provided by the MTF. DUE TO THE HUGE SIZE OF THIS FILE, PLEASE CONTACT MS DORIS MULLEN AT: (937) 522-4632 OR doris.mullen@wpafb.af.mil TO GET A COMPLETE COPY OF THE PERFORMANCE WORK STATEMENT (PWS). THIS IS A 100% SMALL BUSINESS SET-ASIDE. For more information on " Diagnostic Quality Assurance Medical Physics Support", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5003
 
Web Link
Diagnostic Quality Assurance Medical Physics Support
(https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5003)
 
Place of Performance
Address: 88 Medical Center 4881Sugar Maple Drive Wright Patterson Air Force Base , OH
Zip Code: 45433
Country: USA
 
Record
SN01122083-W 20060824/060822221024 (fbodaily.com)
 
Source
FedBizOpps 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.