Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2011 FBO #3389
DOCUMENT

Q -- Comprehensive Breast Care Management Services - Attachment

Notice Date
3/4/2011
 
Notice Type
Attachment
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Veterans Affairs;VISN 15 Contracting Office;4101 S. 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25511RQ0266
 
Response Due
3/21/2011
 
Archive Date
6/19/2011
 
Point of Contact
William K Webb
 
E-Mail Address
ct
 
Small Business Set-Aside
N/A
 
Description
DRAFT: Performance Work Statement STATEMENT OF WORK Contract: Breast Care for Veteran Patients A.Contractor and contract providers must meet the following standards and keep certifications current (this information must be presented to the Contracting Officer ™s Technical Representative (COTR) when requested by the VA): 1.ACR. Contractor must provide verification that certification is current and provide a copy to COTR. 2.FDA. Contractor must provide verification that certification is current and provide a copy. Include applicable action plans and dates for deficiencies, specific to timeliness and reporting. 3.Contractor will provide current and annual documentation verifying compliance with Mammography Quality Standards Act (MQSA), Health Insurance Portability and Accountability Act (HIPPA), Occupational Safety and Health Administration (OSHA), and Freedom of Information Act (FOIA). Also, contractor will be required to provide an annual report of internal quality control audits. 4.Contractor will provide a statement of the following information on program accreditation: a.Name of body/accreditation. b.Date completed and expiration date. c.Name of body/certification. d.Date completed and expiration date. e.Hours of operation f.Policy for timeliness of scheduling must be expedited for emergency consults. Contact with patient must occur within 7 days of consult for routine consults. Performance of routine procedures will be provided within 30 days of desired date. g.Policy to notify of any changes in status within 1 business day of the change. h.Policy for timely communication of reports (abnormal: 24hrs; normal: 3 days) based on existing regulations B.The contractor must have the capability to perform the following procedures - a.Routine Screening and/or diagnostic mammograms using digital technique 1)Spot compression 2)Sonograms 3)Magnification views b.Breast biopsy 1)Stereotactic biopsy 2)Open biopsy/excisional 3)Fine needle aspiration 4)Mammotome biopsy c.MRI capabilities as needed for breast implant imaging and other high risk patients as indicated C.Provision of same-day definitive imaging services (screening and diagnostic imaging services) is required....i.e. no return trips for additional views. Authorization for clinically indicated images based on radiologist ™s interpretation is incorporated into the initial authorization. **When biopsy is indicated, consultation with staff breast surgeon is also authorized. Authorization is limited to biopsy only. No intervention beyond biopsy is authorized. Provision of tissue diagnostic procedures may be scheduled without pre-approval as recommended/indicated by radiologist D.Provision of patient education in a multi-disciplinary setting E.Identified breast cancer coordinator on staff E.Policy for Image Maintenance : Transmission of digitally acquired images via CD for storage. F.Communication of Results will be as follows: 1.For Normals- fax written report to provider agency within 3 days. 2.For Abnormals- fax written report to provider agency within 24 hours. 3.Digital transmission of images in CD format per timelines. 30 days G. Participation required by provider in the contractor ™s Multi-disciplinary Tumor Conference on Breast Cancer. H.Interventional: Contractor must be accredited by the ACR, /OR/ the American College of Surgeons /Stereotactic Breast Biopsy Accreditation Program, with dates completed and expiration. I.Breast neoplasms will be reported using WHO classification. J.CAP approved cancer summary formats will be used for reporting in situ and invasive carcinoma of breast (excisional specimens). K.Required elements for reporting invasive carcinoma 1.Size of invasive component 2.Histological grade (Nottingham) 3.Type and extent of associated in situ component 4.Margin status, including distance from closest margin for both invasive and in situ component 5.Microcalcifications 6.TNM status 7.Prognostic markers including quantitative estrogen receptor, progesterone receptor, and Her-2-neu statue (quantitative) 8.Proliferation index (by immunohistochemistry, DNA ploidy/S-phase, or other method) L.Required elements for reporting in situ carcinoma: 1.Architectural pattern 2.Nuclear grade 3.Presence or absence of necrosis 4.Van Nuys grade classification 5.Margin status, including distance from closest margin 6.Microcalcification 7.TNM status 8.Prognostic markers including estrogen receptor, progesterone receptor M.Sentinel lymph nodes evaluated using immunohistochemistry to detect isolated tumor cells and micrometastases. N.Contractor pathologist to notify VA provider with new diagnosis of malignancy within _one___(days/hours) O.When requested by the VA, slides and tissue blocks will be made available to the Chief of Pathology at the VA Medical Center within __five__(days). P.The VA ™s internal policy for electronic consults is attached for review. Q.Upon contract award, contractor will provide referral instructions and the scheduling desk fax number(s) for single or multiple site health system.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25511RQ0266/listing.html)
 
Document(s)
Attachment
 
File Name: VA-255-11-RQ-0266 VA-255-11-RQ-0266.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=180442&FileName=VA-255-11-RQ-0266-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=180442&FileName=VA-255-11-RQ-0266-000.docx

 
File Name: VA-255-11-RQ-0266 BLANKFBOSYNOPSIS.TXT (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=180443&FileName=VA-255-11-RQ-0266-001.TXT)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=180443&FileName=VA-255-11-RQ-0266-001.TXT

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Kansas City VAMC;4801 Linwood Blvd;Kansas City, MO
Zip Code: 64128
 
Record
SN02393665-W 20110306/110304234253-2354e646b1d00bd9ffdc8813221d5f95 (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.