Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2018 FBO #6151
DOCUMENT

H -- Service Contract for Mammography Equipment Inspections - Attachment

Notice Date
9/24/2018
 
Notice Type
Attachment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 16;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston, TX 77030
 
ZIP Code
77030
 
Solicitation Number
36C25619Q0008
 
Archive Date
10/24/2018
 
Point of Contact
Joel Dingle
 
Small Business Set-Aside
N/A
 
Description
1. Title: Mammography Equipment Inspections 2. Purpose: The Michael E. Debakey Veteran Affairs Medical Center (MEDVAMC) hereby issues the following Sources Sought Notice as a Request for Information (RFI). This RFI is being used for Market Research purposes only to seek contractors with the capability to provide the Michael E. DeBakey Veterans Administration Medical Center (MEDVAMC) with all labor, personnel, equipment, supplies, transportation, materials, supervision and other related services necessary to provide Mammography Equipment Inspections by FDA-approved qualified medical physicists (QMP). 3. Place of Performance: A. Michael E. DeBakey Veterans Administration Medical Center Women s Clinic 2002 Holcombe Blvd Houston, TX 77030 NOTE: All Questions shall be answered in Section 4 in order for the government to consider whether the contractor has the capability to meet the government requirement. 4. Responses Requested: The MEDVAMC requires the following questions answered in this RFI: Questions that are not answered shall be considered non-responsive to the Request for Information. a. Prospective contractors shall provide their point(s) of contact name, address, telephone number, and email address. In addition, contractors shall provide the company's business size, and Data Universal Numbering System (DUNS) Number. b. Is your company a small business, SDBs, HUBZone, or 8A concern? NAICS Code: 541990, PSC Code: H265, Equipment and Materials Testing Services/Medical, Dental and Veterinary Equipment Please provide proof of qualifications. c. Provide in your capability statement a list of active contracts for commercial, federal, state, and local governments. List of Contracts shall provide communication on the government requirement illustrating the capability for comparison. d. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration Schedules (GSA), Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please list the contract number and a brief summary of the products and services provided. e. Provide a brief summary of your potential approach to this type of contract and meeting the specific requirements per the draft Statement of Work along with your experience managing similar contracts with similar requirements. f. Will you be performing services as a prime contractor or subcontracting services out? g. What is your company s recent experience, be it US Federal contracted service or a service performed external to US Federal government? h. Are the inspectors FDA-approved qualified medical physicists? 5. Opportunity: The MEDVAMC is seeking information from potential contractors on their ability to provide this service. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI to assist the MEDVAMC in determining potential levels of competition available in the industry. Contractor shall possess the capability to provide all requirements and objectives. 6. Instructions and Response Guidelines: RFI responses are due by October 03, 2018 at 12:00 pm (CST); size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to joel.dingle@va.gov All Questions shall be submitted by September 28, 2018 at 2:00pm(CST) via email to joel.dingle@va.gov Telephone requests or inquires will not be accepted. The subject line shall read: 36C25619Q0008 Mammography Equipment Inspections. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 4(a) - 4(h). All Questions shall be answered to be considered as part of the Market Research for capable contractors to meet the government requirements. Please provide additional information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by MEDVAMC as "market research" and will not be released outside of the MEDVAMC Purchasing and Contract Team. DISCLAIMER: This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it is will be synopsized in the Federal Business Opportunities (FedBizOpps) website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI, or future RFP. 7. Contact Information: Contract Specialist, Joel Dingle Email address: joel.dingle@va.gov Your responses to this notice is appreciated. DRAFT MAMMOGRAPHY EQUIPMENT INSPECTIONS STATEMENT OF WORK The Department of Veterans Affairs (DVA) National Health Physics Program, Texas Regulations for Control of Radiation, and US Food and Drug Administration (FDA) requires Imaging Physics Surveys of Mammography imaging equipment. The contractor shall provide all labor, tools, phantoms, and equipment to perform annual inspections, tests, and calibrations according to the specifications listed below. All work is to be documented and done according to current State of Texas, American Association of Physicists in Medicine, FDA, and American College of Radiology requirements/guidelines. All work shall be conducted by or under the auspices of a qualified medical physicist (QMP). A QMP is a person who is certified by the American Board of Radiology, American Board of Medical Physics, American Board of Health Physics, the Canadian College of Physicists in Medicine, or State Licensure. The QMP must be Mammography Quality Standards Act (MQSA) certified. The contract is for a one year period plus four (4) renewal option years. The equipment is Hologic Dimension 3D Tomosynthesis Unit. The contractor shall have all personnel working at the Michael E. DeBakey VA Medical Center (MEDVAMC) and associated outpatient clinics go through a DVA background clearance and fingerprinting at the MEDVAMC. The contractor s personnel shall wear the DVA issued ID badge at all times when on site performing work. The ID badge is issued after the background clearance. All Mammography and one Ultrasound unit will be tested during 2019 through fiscal year 2023. The test interval does not exceed 14 months past the previous survey. QMP Mammography and Ultrasound at least annually. QMP Mammography and Ultrasound prior to first clinical use for new or relocated systems within a 21 day time frame post notification by the MEDVAMC COR. QMP inspects equipment after major repairs or replacement of a major certified component (e.g., tube change, detector replacement, or generator repair) no later than 3 days post notification by the MEDVAMC COR. Inspection must occur during the weekday. QMP reviews mammography QA program for x-ray imaging annually. Reports of each inspection/test/calibration must be issued no later than three weeks after the completion of the testing. Reports will be sent electronically to meet this requirement. Report documentation must list each device (including model and serial number) and system tested as well as results of the test and will include a detailed list of deficiencies and recommendations. Methods of how the results were obtained will be described in the document. The list of deficiencies and recommendations will be included in each individual report and also in a summary for all devices in a brief, executive summary format. Stickers on each device or system documenting the annual testing, including the maximum and standard exposure rates for fluoroscopy, will be signed and placed by the contractor. The physicist responsible for the work being performed will be available for consultation and/or advice concerning the reports.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/36C25619Q0008/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25619Q0008 36C25619Q0008.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607217&FileName=36C25619Q0008-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607217&FileName=36C25619Q0008-000.docx

 
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: Michael E. DeBakey VA Medical Center;Women's Clinic;2002 Holcombe BLVD;Houston, TX
Zip Code: 77030
 
Record
SN05102498-W 20180926/180924231012-0b1236d827df088988abff6057bd381a (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.