Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

Q -- Mobile Radiology Services

Notice Date
2/24/2009
 
Notice Type
Presolicitation
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, Texas, 75051
 
ZIP Code
75051
 
Solicitation Number
RFQ50102-0049-9
 
Archive Date
5/29/2009
 
Point of Contact
Michelle L. Treece, Phone: 972-352-4511, Pattie C. Williams,, Phone: 9723524516
 
E-Mail Address
mtreece@bop.gov, p1williams@bop.gov
 
Small Business Set-Aside
N/A
 
Description
The Federal Bureau of Prisons, Field Acquisition Office in Grand Prairie, Texas intends to make award for the provision of Mobile Radiology services on behalf of the Federal Correctional Institution (FCI) located in Bastrop, Texas. Faith-based and Community-based organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. The anticipated date of award will be approximately March 23, 2009 The contract performance period is anticipated to consist of a base year from effective date of award through 12 months from effective date of award and will include four, 12-month option years for renewal. The contractor will provide Mobile Radiology services for the FCI. The contractor shall make available, on a non-discriminatory basis, Mobile Radiology services consistent with requirements of this solicitation, the rules and procedures of the Federal Correctional Institution, Bastrop, Texas, and all applicable federal and state laws shall be in effect during the term of this contract. The contractor shall provide professional mobile services. The contractor will provide Magnetic Resonance Imaging (MRI), Computed Tomography (CT), Positron Emission Tomography (P.E.T.), Gastric Intestinal (GI), and ultrasound liver biopsy services for the inmate population as requested by the health care provider at the FCI. Specifically, the contractor shall perform these services along with the interpretation. The contractor shall make diagnosis, provide clinical recommendations and modalities deemed essential and clinically necessary. The contractor is also responsible for but is not limited to the following services : Providing verification of credentials (education, current licensor/status competency, continuing medical education, and acceptable findings in national practitioners Data Bank Inquiry) and proof of malpractice insurance. Providing professional interpretations. Fees for professional services shall be specified by the contractor. Reports generated shall be in typewritten or computerized format. Reports must be received within seven (7) days after render services have been performed. The contractor will be responsible for the cost of professional interpretations of all MRIs, CT. P.S.T. GI and Ultrasounds, regardless of the number of exams. NOTE: The contractor will be responsible for equipment transportation, delivery and set up, tractors and drivers, complete maintenance/service coverage on all equipment, applications training and staffing insurance, site planning and consultation, marketing support, etc. The only expense borne by the FCI is the electrical expense. The contractor shall be registered and licensed with appropriate Boards of Medicine (i.e., ultrasound and MRI technicians, etc.) to provide requested services in the State of Texas an in accordance to the statement of work. Must be accredited by the Joint Commission on Accreditation of Health care Organizations (JCAHO). All M.D. must be board certified in their respective specialty. We must be provided with a credential file on any physician interpreting radiology studies. All reports need to be typed with appropriate letter head of the radiologist and for specialists reading the studies. There should be typed signature blocks. All specialists reading studies (including radiologist and/or cardiologist) need to be board certified. In the event of a serious abnormal reading the contractor is required to notify the HSA immediately. Additionally, the personnel operating the equipment must have a license to practice in at least one state in the United States. The contractor shall produce all credentials prior to contract award. The contractor shall perform 1 (one) clinic per quarter. A clinic is defined as a mobile unit providing the requested service at the institution for 1 - 15 procedures. Each procedure over 15 will be charged at a per procedure rate. The government anticipates services to be performed at a minimum on 15 to 25 inmates. The number of inmates examined per session is subject to vary for each visit depending upon the need of the Government. If a dye injection is necessary for a procedure, it will be billed at the per injection price. The session will be scheduled between the hours of 7:30 am and 3:30 pm, Monday through Friday excluding Federal Holidays. Specific days/hours will be subject to mutual agreement between the Health Services Administrator (HSA) and the Contractor. The contractor will be notified in advance of the requested date of service and the number of inmates to be examined. The solicitation will be made available on or about February 26, 2009 and will be distributed solely through the General Service Administrations Federal Business Opportunities website at http://www.fedbizopps.gov/. Hard copies of the solicitation will not be available. The site provides downloading instructions. All future information regarding this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. All contractors doing business with the Federal Government shall be registered in the Central Contractor Registration (CCR) database. The website for registration is www.ccr.gov. The solicitation is unrestricted. The North American Industry Classification System code for this solicitation is 621512, with a size standard of $13.5 million. The anticipated date for receipt of quotes is March 23, 2009; however, this is a projected estimate and quoters should refer to Page 1 of the solicitation (Block #8) for the actual date quotations are due. All responsible sources may submit a quote which will be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=31af3a2d63913b52c10059671903e2ed&tab=core&_cview=1)
 
Place of Performance
Address: Federal Correctional Institution, 1341 Hwy 95 North, Bastrop, Texas, 78602, United States
Zip Code: 78602
 
Record
SN01756067-W 20090226/090224221305-31af3a2d63913b52c10059671903e2ed (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.