Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2009 FBO #2860
SOLICITATION NOTICE

65 -- Physicist inspection and functional verification

Notice Date
9/21/2009
 
Notice Type
Presolicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Veterans Affairs;Veterans Affairs Medical Center;Bldg. 9 (03C);135 East 38th Street;Erie PA 16504
 
ZIP Code
16504
 
Solicitation Number
VA-244-09-RQ-0443
 
Archive Date
11/20/2009
 
Point of Contact
inquiries by e-mail onlystacy.schwalbendorf@va.gov
 
E-Mail Address
stacy.schwalbendorf@va.gov
(stacy.schwalbendorf@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SCOPE OF SERVICE: The annual quality assurance testing of the R & F rooms, the portable x-ray units, C-Arm, and the dental x-ray units shall include: 1. KVP and timer accuracy 2. Exposure output reproducibility 3. mA linearity 4. Beam quality (HVL) 5. Collimation function 6. Focal spot evaluation 7. Flouroscopic high and low contrast resolution 8. Flouroscopic output The Contractor will perform the testing and evaluation of the equipment, listed above, in accordance with the recommendations established by the National Council on Radiation Protection, report # 99, titled Quality Assurance for the Diagnostic Equipment. The annual quality assurance testing of the CAT Scanner shall include: 1. Contrast scale 2. C.T. scale factor 3. Accuracy 4. Precision 5. Spatial uniformity 6. Temporal stability 7. Percentage of noise 8. Standard error In addition the following safety features shall be tested or verified: 1. Patient visibility from control area 2. Technique indicated prior to scan 3. Exposure ON indicator at control 4. Exposure OFF signal 5. Exposure ABORT switch 6. Scan plane indicator on gantry 7. Aural communication 8. Fail safe timer indicated 9. Indicator on gantry 10. Reset after abort 11. Scan plane alignment 12. Slice thickness 13. Half value layer The Contractor will perform the testing, of the CAT Scanner, in accordance with the recommendations established by Joint Commision requirement DR.2.2.10.1 for the annual monitoring of Diagnositc X-Ray Equipment performance. These recommendations were published in the document An Analysis of the J.C.A.H.O. Standards by the ACR, the AAPM and the ACMP. Evaluate the radiation safety procedures that are in use and the written procedure manual and determine if they meet the expectations of the regulatory agencies and JCAHO. If necessary, provide recommendations for changes to the safety procedures and procedure manual to meet the regulations and requirements of JCAHO. Analyze the film badge reports and determine if the current personnel monitoring program meets the applicable standards. Provide a typed report of all survey findings, in a format that is acceptable to regulatory agencies and JCAHO. The testing must be performed no sooner than October but no later than December, of each contract year QUALIFICATION OF BIDDERS: Bids will be considered only from bidders who are regularly established in the service called for and who, in the judgement of the Contracting Officer are financially responsible. The bidder must provide documentation to verify their competency to work on the equipment. The documentation may consist of Manufacturers training certificates or experience that can be verified thru references from current and/or previous customers, letters of reference will be provided upon request. The Contracting Officer reserves the right to refuse bidders who do not satisfactorily demonstrate these requirements. PAYMENTS: Payments will be made in accordance with the established schedule and after receipt of properly prepared invoices. The services will be invoiced annually for each contract year, after the services have been performed. Invoices must contain the Contractors billing address, invoice number, invoice date and current purchase order number. Invoices may be submitted directly to: Financial Services Center P.O. Box 149971 Austin, Texas, 78772. PRIVACY AND SECURITY: Contractor will ensure their employees, under this contract complete, upon contract award and annually thereafter, the Privacy Awareness and Cyber Security training. The training can be completed through the following website: https://www.ees-learning.net Annual training must be completed no later than December 31 of each contract year. Completion certificates will be generated at the end of the training sessions and should be printed and sent to the COTR at the Erie VAMC. PERFORMANCE MEASURES: The Contractors performance will be evaluated for each contract year. Documentation will be maintained by the COTR on the Contractors compliance with the performance measurements. Failure to meet the performance requirements could result in the loss of future consideration for a contract. The performance measurements are: 1.The Contractor must obtain an Identification badge, from the Police office, and notify the Biomed department of their arrival on station. This must occur each time the Contractor arrives on station to perform preventive maintenance inspections or repairs. 2.The Contractor must perform the preventive maintenance inspections during the months scheduled, according to the contract. 3.The Contractor will provide all preventive maintenance and repair documentation to the Biomedical Engineering department. 4.The Contractor must provide copies of the Completion Certificate for Privacy Awareness and Cyber Security training to the COTR before December 31 of each contract year. Attached to this scope of work is an example of the Contractors Performance Report. The Contractors performance on the 4 measures will be documented on this report on a quarterly basis. BACKGROUND INVESTIGATION: The equipment under contract is connected to the Medical Centers patient information system. The Contractors service representative will have the ability to access and view patient information. Therefore a background investigation will be required. Attached to this scope of work is the Contractors Personnel Background Investigation Requirements. The Contractor will be required to read and follow the instructions in the document.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ErVAMC562/ErVAMC562/VA-244-09-RQ-0443/listing.html)
 
Place of Performance
Address: Erie Veterans Affairs Medical Center;135 east 38th Street, Erie, PA 16504
Zip Code: 16504
 
Record
SN01963633-W 20090923/090922000146-f4aa33337fa5753176a85ddade6f1e22 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.