Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

R -- Radiology Protocols

Notice Date
8/27/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Veterans Affairs, Minneapolis VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;VA Midwest Health Care System;Attention: Suzanne Angelo;One Veterans Drive, Building 68;Minneapolis MN 55417
 
ZIP Code
55417
 
Solicitation Number
VA-263-08-RP-0389
 
Response Due
9/15/2008
 
Archive Date
10/15/2008
 
Point of Contact
Suzanne AngeloContracting Officer Intern<br />
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation forVISN 23 Radiology Protocols (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR 13.106 Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation., as supplemented with additional information included in this notice. The reference/solicitation number is VA-263-08-RQ-0389 and the solicitation is issued as a request for quotation (RFQ). This announcement constitutes the only solicitation; quotations are being requested and a separate written request for quotations will not be issued. This combined synopsis/solicitation will result in a purchase order. (ii) This acquisition is being conducted in accordance with FAR Parts 12, 13 and 15. Responses to this Request for Quotation are not offers from which an award can be made. Instead, to establish a contract, the Department of Veterans Affairs (the VA) must make an offer that can be accepted by the contractor. The contractor can accept the governments offer by (1) a signed written acceptance of the governments offer or (2) by substantial performance incompliance with the contract. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-24. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR). (iv) North American Industry Classification System (NAICS) code is 611710 (size standards in number of employees is 100) applies to this solicitation. (v) This requirement consists of one (1) line items: Line Item 0001: Standardization of Imaging protocols (all modalities) for all VISN 23 Imaging Sites. Qty: 1; (vi) The Department of Veteran Affairs Minneapolis Medical Center, VISN 23, has the need for professional scientific services to facilitate the standardization of CT, MRI, Ultrasound and Direct Radiology (DR) Imaging Protocols on each of the Philips Medical Systems CT Scanners, MR, Ultrasound and DR systems currently installed at VISN 23 facilities. The Minneapolis VA Medical Center has a VISN 23 need for a standardization of imaging protocols. Standardization of imaging protocols will allow for the best possible collection and consistent interpretation of diagnostic image data. The Imaging Service Line requests a vendor to provide services to VISN 23 to facilitate the standardization of CT, MRI, Ultrasound and Direct Radiology (DR) imaging protocols on each of the Philips Medical Systems CT Scanners MR, Ultrasound and DR systems currently installed at VISN 23 facilities. The sites with academic affiliates include Iowa City, Iowa; Omaha, Nebraska; Minneapolis, Minnesota and Des Moines, Iowa (Central Iowa). It is expected that the successful vendor will work with Philips Medical Systems and their recommended protocols. Phase one of this project will be the collection and evaluation of protocols currently utilized on the imaging equipment and Philips recommended protocols for each configuration of scanner/system. A summary of the variability between the VISNs protocols and those that are recommended by Philips will be developed as well as documentation that characterized the variability in protocols that exists from one VISN scanner to another. Based upon the summary of protocols, a report detailing the current state of the protocols will be prepared. This report will be distributed to VISN 23 and Philips Clinical Education Department. The vendor will review the report with Philips Clinical Education Department in order to gather analytical feedback and updated protocol recommendations. The vendor will review the report and Philips feedback with select committee members consisting of VISN 23 Radiologists and their affiliates. Upon conclusion of the sessions, a general consensus shall be formulated. The outcome of standardized protocols decided upon by the select committee with input from Philips Clinical Education Department will be presented to all radiologists who read exams for VISN 23 facilities. The resulting standard protocols will be distributed to radiologists who read exams for VISN 23 facilities for their review and perspectives. Finally, a consensus will be reached about the final standard protocols. The Vendors final results will be the establishment of a Protocol Book for distribution to all VISN 23 facilities. This document will be utilized for educations and training of new staff members and provide a standardized process for radiology protocols. The CT and MR protocols within the scope of this standardization effort include those commonly performed in chest, abdomen, pelvis, head, spine, neck and extremities. Technical factors used in imaging, anatomical coverage and contrast media administration will be the parameters that are standardized. The scope of this project does not extend to determining post-processing protocols. The scope of this project does include periodic re-examination of protocols. It is expected that the vendor will present their plan at the October Imaging Service Line meeting in Sioux Falls, Iowa on or about October 2, 2008. A final product shall be presented at the May 09, 2009 Imaging service Line meeting in Minneapolis. The contractor shall, within the timeframe specified, submit in writing a proposal for the work to be performed. The proposal shall identify all necessary labor classification of work, umber of labor hours and (if any) associated costs needed to perform the task. The number of hours assigned to individual task orders and all associated cost will be subject to negotiation between the contractor and the Contracting Officer (CO) or his/her designated government representative. Travel and per diem costs shall be in accordance with current Federal Travel Regulations. The contractor shall include travel costs in its quote as appropriate to each task/deliverables. (vii) Period of Performance shall be October 1, 2208 to September 30, 2009, FOB destination to VA Medical Center, One Veterans Drive, Minneapolis, MN 55417 (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.216-1, The Government contemplates award of a firm fixed price contract resulting from this solicitation; 52.225-18, Place of manufacture, described more fully in paragraph (xiii) of this solicitation; 52.233-2, Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgement of receipt from Suzanne Angelo, One Veterans Drive (90c), Minneapolis, MN 55417. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO; 852.233-70, Protest Content. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (a) Technical abilities which may include the technical attributes that increased ability and probability of identifying, intervening and implementing a Radiology specific program; (b) Ability to implement a uniform method to collect, assess and evaluate needs for performance improvement; (c) certification or recognition in industry, which may include accreditation and past performance. (x) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your quote. (xi) The clause at 52-212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50, Combating Trafficking in Persons, 52.225-3 Buy American Act Free Trade Agreements Israeli Trade Act, 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer Other than Central Contractor Registration; 52.239-1 Privacy or Security Safeguards (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xvi) RESPONSES ARE DUE Monday, September 15, 2008, by 3:00 p.m. central standard time. (xvii) Submit quotation by mail to Suzanne Angelo, Contracting Officer (90C), VA Medical Center, Bldg 68, Room 138, One Veterans Drive, Minneapolis, MN 55417. Electronic Mail may be used to submit quotations provided there is a scanned electronic signature. However, electronic mail is submitted at the contractors own risk as large pdf. files may not be transmittable. Contact Suzanne Angelo at suzanne.angelo@va.gov for more information regarding this solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=afbcef5da05a1ff1e2b178b9ba85d968&tab=core&_cview=1)
 
Record
SN01652872-W 20080829/080827221626-afbcef5da05a1ff1e2b178b9ba85d968 (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.