Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
MODIFICATION

Q -- INTERVENTIONAL RADIOLOGY SERVICES

Notice Date
7/16/2010
 
Notice Type
Modification/Amendment
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Veterans Affairs;Dayton VA Medical Center;4100 W. Third St.;Dayton OH 45428
 
ZIP Code
45428
 
Solicitation Number
VA25010RP0075
 
Response Due
8/13/2010
 
Archive Date
9/12/2010
 
Point of Contact
Aprile Horne
 
E-Mail Address
7-7586<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
AMENDMENT 0001: This amendment is being issued to provide the correct solicitation package. Please see the accompanying SF30 for details. AUTHORITY: In accordance with VA Acquisition Regulations (VAAR) Part 873, Simplified Acquisition Procedures for Health-Care Resources, this requirement is being solicited under the authority of 38U.S.C. 8153 and VAAR Part 873. These procedures shall be used in conjunction with the FAR and other parts of the VAAR. However, when a policy or procedure in the FAR or another Part of the VAAR differs from the procedures contained in this part (873), this part (873) shall apply. REQUIREMENT: The Department of Veterans Affairs Medical Center, 4100 W. Third Street, Dayton, OH, 45428-9000 has a requirement for three (3) Full Time Equivalent employees to render Interventional Radiologic and Pain Management services with duration of one base year and three one year options; exercised only if it is determined to be in the best interest of the Government to do so. The services required will be 24 hours/day and seven days/week. The Contractor shall provide all qualified personnel to perform radiologic and pain management services within the Dayton VA facility. The work includes, but not limited to major and minor procedures, including arthrography, image guided biopsies, myelography, vertebraplasty, cerebral, thoracic, abdominal and extremity artrography via any approach, balloon angioplasty excluding cardiac, venous arteriography, angiography, AV fistulogram, IVC filter, abcess drainage, percutaneous biliary drainage, nephrostomy, parcentesis, venography, vetebroplasty, thrombolysis, and aortogram. SET-ASIDE: This is a 100% Service Disabled Service-Disabled Veteran-Owned Small Business (SDVOSB). The SDVOSB must be small under the relevant North American Industrial Classification Standard (NAICS) code 621111, Offices of Physicians (except Mental Health Specialists), and the business size standard is $10 million All Offerors MUST be registered and verified in the following websites: http://www.vip.vetbiz.gov, http://ccr.gov, and http://orca.bpn.gov to be eligible for award. Offerors MUST ensure registration in these websites are accurate, complete and have not expired prior to the Response/Close date. INTERESTED PARTIES: The solicitation documents are available and will be posted at www.fedbizopps.gov on or about July 15, 20010, with response/close date of August 13, 2010. Dissemination of the solicitation will be through the FBO website only; no paper copies of the solicitation will be issued through any other modality. All interested offerors should register at www.fedbizopps.gov so that others will know of your interest in participating in this procurement and for automatic receipt of updates or amendments. All interested socio-economic groups other than SDVOSB may submit a proposal in response to this solicitation. However, the proposals from other socioeconomic groups will only be accepted and evaluated if received by the Response/Close date; and, if the CO determines it to be in the best interest of the Government to do so. An offerors mailing list WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Offerors responsibility to register at the www.fbo.gov website. SOLICITATION AMENDMENTS: Amendments to the solicitation will be posted at www.fbo.gov. Paper copies of the amendment(s) will NOT be individually mailed nor disseminated through any other medium. By registering to "Receive Notification", you will be notified by e-mail of any new amendments that have been issued and posted. No other notification amendment will be provided. In accordance with FAR 52.215-1 Amendments to Solicitations, if this solicitation is amended, all terms and conditions that are not amended remain unchanged. Offerors shall acknowledge receipt of any amendment to this solicitation by the date and time specified in the amendment(s). Offerors should re-visit the Website periodically to look for updates. REQUEST FOR INFORMATION: All requests for information are required to be emailed to the Contracting Officer and the Contract Specialist (Aprile.Horne@va.gov AND Kristy.Allen@va.gov) and shall be received by 4:00PM ET, August 1, 2010. The subject line must have the solicitation number and title. No telephone, faxed, or mailed inquiries will be accepted. The Contracting Officer cannot guarantee that a response to emailed questions will be received nor responded to. See Numbered Note 29. Contract award is based upon availability of funding and the Government's need.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA25010RP0075/listing.html)
 
Record
SN02208742-W 20100718/100716235136-69eac01546c644ffa5f9bf0a96df9bf7 (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.