Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2011 FBO #3458
SOURCES SOUGHT

Q -- TELERADIOLOGY SERVICES

Notice Date
5/12/2011
 
Notice Type
Sources Sought
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
SS-TELERADIOLOGY
 
Point of Contact
Maria L Negron, Phone: 757-628-4113, Jeanie S Thorne, Phone: 757-628-4109
 
E-Mail Address
Maria.L.Negron@uscg.mil, jeanie.s.thorne@uscg.mil
(Maria.L.Negron@uscg.mil, jeanie.s.thorne@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5) to determine the capability of potential sources and the availability of commercial sources pursuant to FAR Part 10. This notice is issued by the Coast Guard Shore Infrastructure Logistics Center (SILC), Norfolk, VA to identify sources capable of providing Tele-Radiology Services to support Coast Guard Military Treatment Facilities (MTF) Nationwide. The Coast Guard has a requirement for Tele-Radiology Services to provide off-site radiological interpretations/consultations to the MTF staff 5 days a week, Monday through Friday, from 8:00 am to 7:00 pm EST. The contractor shall ensure that all studies are read and transcribed into the MTF's Composite Health Care System (CHCS) or web-based site within the time frame that will be specified in the solicitation. The estimated volume of work load for diagnostic films range from 3,750 to 18,000 annually. The contractor shall determine the number of radiologists required to perform the services in order to meet the standards for this requirement. The requirement will be for a base year from 1 October 2011 to 30 September 2012 and four one year option periods. A FIRM-FIXED PRICE TYPE CONTRACT is contemplated. The incumbent contractor is Godwin Corporation, Inc. and the current year value is approximately $154,000.00. The applicable NAICS Code is 621512 (Diagnostic Imaging Centers) with a size standard of $13.5M. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA's Small Business Size Regulations, http://www.sba.gov/regulations/121/ Any interested firm capable of providing these services is requested to respond via e-mail to: Maria.L.Negron@uscg.mil no later than 4:30 p.m., MAY 20, 2011 with the following documentation: 1. Name of Company and Address 2. Point of Contact and Phone number and e-mail address. 3. Business size (small business, 8(a) business development participants, HUBZone small business concerns, service-disabled veteran-owned small business concerns, and economically disadvantaged women-owned small business concerns and women-owned small business concerns eligible under the Women-Owned Small Business Program and large business) 4. Dun & Bradstreet (D&B) Number 5. Capability Statement that demonstrates the ability to meet the requirements to support Tele-Radiology Services for Coast Guard locations nationwide. 6. Evidence of experience in work similar in type, scope, and complexity to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers, and statement of the scope and breath of the projects. Interested parties shall furnish this information for at least three (3) contracts for the prime contractor, ongoing or completed within the last three years, for like or similar services, held with the U.S. Coast Guard, other Government agencies or private industry. 7. Corporate affiliations; potential joint venture partners, teaming partners, and or major subcontractors or (prime) information must be provided with your information. 8. A positive statement of your intent to submit a quote for this solicitation as a prime contractor Competition and set-aside decisions may be based on the results of this market research. Failure to submit information in sufficient detail may result in considering a company as not a viable source. Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at www.ccr.gov or by calling 1-888-606-8220. This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal; and, it is not considered to be a commitment by the Government nor will the Government pay for information solicited. No basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. At this time no solicitation exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. The government reserves the right to consider any arrangement as deemed appropriated for this procurement. It is the Coast Guard's intent to issue a separate solicitation to be synopsized on the FEDBIZOPPS website at https://www.fbo.gov It is the potential offeror's responsibility to monitor FEDBIZOPPS website at https://www.fbo.gov for release of any future synopsis or solicitation that may result from the sources sought. Vendors having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought synopsis including commercial market information and company information via e-mail to the Contract Specialist, Maria Negron at: Maria.L.Negron@uscg.mil or via Facsimile number (757) 628-4135 no later than 4:30 p.m., MAY 20, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/SS-TELERADIOLOGY/listing.html)
 
Record
SN02446584-W 20110514/110512234747-9dd1f7c224891bae87dbfd25b76c77b2 (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.