DOCUMENT
Q -- MEDICAL RADIATION PHYSICIST - Attachment
- Notice Date
- 8/13/2012
- Notice Type
- Attachment
- NAICS
- #541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Veterans Affairs;VA Health Care System;2501 W. 22nd St.;Sioux Falls SD 57105
- ZIP Code
- 57105
- Solicitation Number
- VA26312Q1121
- Response Due
- 8/27/2012
- Archive Date
- 9/26/2012
- Point of Contact
- Denise Hill, Contract Specialist, (605) 333-6822
- E-Mail Address
-
Contract Specialist
(denise.hill@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial item identified below, prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation VA-263-12-Q-1121 is issued as a Small Business Set-Aside and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-60. This procurement shall be solicited under the Simplified Acquisition Procedures (SAP). The North American Industry Classification System Code (NAICS) is 541990 with the small business size standard of $7.0 million. The Department of Veterans Affairs has a requirement to procure services of a Certified Medical Radiation Physicist to provide physicist services for the Imaging and Dental departments at the Sioux Falls VA Health Care System, Sioux Falls, SD. The contractor shall furnish services for a Base Year (9/1/2012- 8/31/2013), with VA option to extend four (4) additional years. STATEMENT OF WORK: (1) The Medical Physicist fulfilling this contract must be qualified and CERTIFIED by one of the following entities: the American Board of Radiology, or American Board of Medical Physics, or American Board of Health Physics, or the Canadian College of Physicists in Medicine, or state licensure; (2) Medical Physicist will provide support for the Fluoroscopy training, including hands on training of staff, the certification program and the CT Dose Optimization program; (3)All reports must be delivered to Radiation Safety Officer within 30 days following equipment testing; (4)BIDDER QUALIFICATIONS: Bids will be considered only from bidders who are regularly established in the business called for, and who in the judgment of the Contracting Officer are financially responsible and able to show evidence of their reliability, ability, experience, equipment, facilities and personnel directly employed or supervised by them to render prompt and satisfactory service in the volume called for under this contract; (5)ORDERS: All orders for services will be placed by the Contracting Officer or his/her technical representative who has been officially designated. All service personnel will report to the Contracting Officer or his/her officially designated representative prior to starting any work and after completing the services required during any service call. The Contractor shall obtain the signature of the user of the repaired equipment to certify as to the services performed and shall leave a copy of the document containing the signature with the Contracting Officer or his officially designated representative; (6)HOURS OF WORK: Work required in the performance of the contract shall be performed during hospital ™s regular administrative working hours, except the Contractor shall provide intervening calls necessary between regular inspections at any hour on any day of the week. The regular administrative working hours of the hospital are 8:00am to 4:30pm, Monday through Friday: excluding national holidays and weekends; (7)PROTECTION FROM DAMAGE: Contractor shall provide all labor, materials, equipment necessary to protect personnel, furnishings, equipment and buildings from damage. The Contractor shall remove and replace movable items, if necessary, and replace or repair any items damaged due to work performed under this contract equal to its original construction and finish; (8)REMOVAL OF EQUIPMEMNT TO CONTRACTOR ™S PLANT: Approval of the Contracting Officer must be obtained before removing equipment to Contractor ™s Plant. No transportation charges will be allowed for either repairmen or equipment to or from Contractor ™s plant. The Contractor will be responsible for damage or loss of equipment. The Contractor without additional cost to the VA, if required and available to the Contractor, will furnish a loan of the same type of equipment; (9) CHARGES: The Contractor shall honor orders for periods of less than one year. It is understood and agreed that once equipment is placed under maintenance, it will continue during the remainder of the contract period. However, where VA discontinues the use of equipment being serviced under this item, the order may be terminated as to that particular equipment upon thirty day ™s (30) written notice to the Contractor. Payment for equipment serviced for fractional parts of the contract year shall be prorated o the basis of 1/12 of the yearly rate for each month and 1/30 of the monthly rate for each day less than a full month for which service shall have been rendered; (10) PAYMENT: Billing to be made in arrears at the end of each month, government quarter, or contract period. No advance billing. SCHEDULE OF COSTS: Please quote on each of the following for base year + 4 Option Years: CLIN 1001 Perform semiannual leak test of sealed sources in Nuclear Medicine (2 each): Unit Cost $_____ CLIN 1002 Perform quarterly wipe sampling and survey meter measurements of areas of radioactive use in Nuclear medicine (4 each): Unit Cost $_____ CLIN 1003 Perform quarterly wipe sampling and survey meter measurements of areas of radioactive use in Research (4 each): Unit Cost$_____ CLIN 1004 Perform quarterly review of Nuclear Medicine daily reports and flood (4 each): Unit Cost$_____ CLIN 1005 Perform quarterly review of Research Dept. daily reports and quality control (4 each): Unit Cost$_____ CLIN 1006 Perform annual radiation protections surveys and calculate doses on these 21 units: Two (2) fixed Philips Fluoroscopic; Two (2) Mobile Philip Fluoroscopic C-arms; Four (4) Fixed Philips Radiographic; Three (3) mobile Shimadzu radiographic portables; Nine (9) fixed Dental Units; and One (1) Mobile Dental Unit; and additional units being purchased: One (1) DEXA Bone Densitometry Unit and One (1) Mobile Mini-C-arm fluoroscopic unit (brands currently unknown) Unit Cost $_____ CLIN 1007 Perform annual radiation protection survey and calculate dose on Philips Brilliance 64 slice CT unit, Room A83, 1 x-ray tube (1 each): Unit Cost $_____ CLIN 1008 Perform annual survey on Philips 1.5 Tesia MRI (1 each): Unit Cost $_____ CLIN 1009 Attend Quarterly Radiation Safety Meetings as requested. Meeting dates and times shall be coordinated by the Radiation Safety Officer at the SFVAHCS (4 each): Unit Cost $_____ CLIN 1010 Telephone consultations provided at no extra charge: Unit Cost $ 0.00 CLIN 1011 Submit summary report quarterly with findings and recommendations for Nuclear Medicine (4 each): Unit Cost $_____ CLIN 1012 Review and report of CT optimization program and quality assurance program of unit annually. Unit Cost $_____ CLIN 1013 Review and report on Scattered radiation test for DEXA and quality assurance program annually. Unit Cost $_____ CLIN 1014 Inspect each piece of x-ray equipment prior to first clinical use for new relocated systems and after a repair or replacement of major components. All reports must be delivered to Radiation Safety Officer within 30 days following equipment testing. (As Needed) Unit Cost $____ This solicitation incorporates the following FAR clauses, provisions and addendums: 52.212-1, Instructions to Offerors- Commercial Items (Feb 2012); 52.212-3, Offeror Representations and Certifications-Commercial Items (April 2012); 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2012); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (July 2012) (including the following item numbers in paragraph (b): 4,6,8,23,26,28,29,31,38,40,42,48, and 52.216-27, 52.217-5, and 52.222-43; and the following VAAR Clauses and Provisions; 852.203-70 Commercial Advertising; 852.203-71 Hotline Poster Display; 852.211-72 Technical Industry Standards; 852.215-70 SDVOSB and VOSB Evaluation Factors; 852.215-71 Evaluation Factor Commitments; 852.237-7 Indemnification and Medical Liability Insurance; 852.237-70 Contractor Responsibilities; 852.222-70 Contract Work Hours; 852.270-1 Representative of Contracting Officers; 852.271-70 Nondiscrimination in Services; 852.273-73 Evaluation-Health-Care Resources; 852.273-74 Award Without Exchanges; and 852.273-76 Electronic Invoice. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror/s whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include descriptive material and other such information corresponding to each minimum required item, which demonstrates the Offeror ™s capabilities, and shall identify where the offered service meets or does not meet each of the Governments functional and performance minimum specifications listed herein. Submit a copy of required certification and three (3) references for whom similar or same has been completed within the past two years with proposal. Information concerning clauses and provision incorporated by reference may be obtained at http://www.acquisition.gov. Quotation is due by 10:00 am CT on Monday August 27, 2012, with anticipated award date of 9/1/2012. Quote may be mailed, faxed or emailed to Denise Hill at the Department of Veterans Affairs, VA Health Care System, Network 23 Contracting Office, 2501 W 22nd Street, Sioux Falls, SD 57105. Fax: (605) 333-6829, or e-mail: denise.hill@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SFaVAMC/VAMCCO80220/VA26312Q1121/listing.html)
- Document(s)
- Attachment
- File Name: VA263-12-Q-1121 VA263-12-Q-1121.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=438209&FileName=VA263-12-Q-1121-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=438209&FileName=VA263-12-Q-1121-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA263-12-Q-1121 VA263-12-Q-1121.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=438209&FileName=VA263-12-Q-1121-000.doc)
- Place of Performance
- Address: Dept of Veterans Affairs;VA Health Care System;2501 W. 22nd St.;Sioux Falls, SD
- Zip Code: 57105
- Zip Code: 57105
- Record
- SN02837123-W 20120815/120814000248-da4e656dfd1655708e367f3ad21aa293 (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 |