SOURCES SOUGHT
Q -- Mammography Servies near the Geographical Location of VANJHCS
- Notice Date
- 5/12/2011
- Notice Type
- Sources Sought
- NAICS
- 621512
— Diagnostic Imaging Centers
- Contracting Office
- Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24311RQ0301
- Response Due
- 5/20/2011
- Archive Date
- 7/19/2011
- Point of Contact
- Glenda Urgiles
- E-Mail Address
-
41-4162<br
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of performing the work. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Description: Services requested include all breast imaging and other diagnostic procedures for detection and diagnosis of breast disease in men and women. Inability to provide all services listed will not preclude a Contractor from submitting information. Place of performance: All contracted procedures will be performed in Joint Commission, Contractor-owned/operated facilities. Services to be performed include: Screening mammography, bilateral, 2-view film study of each breast(77057) Unilateral diagnostic mammography (77055) Bilateral diagnostic mammography (77056) Screening mammography, digital, bilateral (G0202) Diagnostic mammography, digital, bilateral (G0204) Diagnostic mammography, digital, unilateral (G0206) CAD for diagnostic mammography (77051) CAD for screening mammography (77052) Ultrasound, breast(s) (Unilateral or bilateral), real time with image documentation (76645) Mammary ductogram or galactogram, single duct, radiological supervision and interpretation (77053) Mammary ductogram or galactogram, multiple ducts radiological supervision and interpretation (77054) Breast MRI, Unilateral without and/or with contrast materials (77058) Breast MRI, Bilateral without and/or with contrast materials (77059) Stereotactic localization (77031) Mammographic guidance for needle placement (77032) Fine needle aspiration with imaging guidance (10022) Puncture aspiration of cyst of breast (19000) Each additional cyst (19001) Injection procedure only for mammary ductogram or galactogram (19030) Biopsy of Breast, percutaneous, needle core, not using imaging guidance (19100) Biopsy of breast, percutaneous, needle core, using imaging guidance (19102) Biopsy of breast, percutaneous, automated vacuum or rotating biopsy device, using imaging guidance (19103) Pre-operative placement of needle localization wire, breast, first lesion (19290) Pre-operative placement of needle localization wire, breast, each additional lesion (19291) Image-guided placement, metallic localization clip, percutaneous, during breast biopsy (19295) Confirmation call of scheduled appointments to the Veteran. Important Information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service Disabled Veteran Owned Small Business firms is anticipated. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 621512 ($13.5 million). Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the Central Contractor Registration (CCR located on the web at www.ccr.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by mail or ground carrier to: Dept. of Veterans Affairs, James J. Peters Medical Center, VISN 3/Network Contracting Activity, #10N3/NCA Room#9B-67, Bronx, NY 10468 or by email to Glenda.urgiles@va.gov. All information submissions to be marked Attn: Glenda Urgiles, Contract Specialist and should be received no later than 3:00 pm EST on May 20, 2011. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a formal synopsis and subsequent solicitation announcement will be published. The Governments intent is to solicit a Firm Fixed Price, Best Value Procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24311RQ0301/listing.html)
- Place of Performance
- Address: VA New Jersey Healthcare System;385 Tremont Avenue;East Orange, NJ
- Zip Code: 07018-1023
- Zip Code: 07018-1023
- Record
- SN02446354-W 20110514/110512234540-d73f341c229d9f6073623393cc7c7855 (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 |