Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 23, 2013 FBO #4351
DOCUMENT

Q -- Saint Cloud Radiology Services - Attachment

Notice Date
10/21/2013
 
Notice Type
Attachment
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Veterans Affairs;NCO 23 - Minneapolis;708 S. Third St., Suite 200E;Attention: Network Contract Manager;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26313R0134
 
Response Due
11/8/2013
 
Archive Date
1/7/2014
 
Point of Contact
Scott E. Hendrix
 
Small Business Set-Aside
N/A
 
Description
Vendor Questions and Answers: Q - Who is the incumbent company/physician and what is the incumbent pricing/award value? A - The incumbent contractor is Regional Diagnostics Radiology PA. The current contract award value is estimated at $293,831.00. Q - Will you consider a non-Boarded Radiologist who has VA experience? A - Candidate would be considered if board eligible. Q - Regarding the work schedule and 40 hours per two week period, what schedule is preferred? Four hours per day every day? Mornings, afternoons? Etc. A - See Paragraph 3.1.1 of the Performance Work Statement. Q - Is on-call required? If so, what is the on-call schedule? What is the average number of calls received when on-call? A - On-call will not be required. Q - Is a DEA required? A - Yes. Q - Is Mammography required? A - No. Q - How many reads per day, per modality are required? A - Please reference the contract which states a minimum average RVU value per work period. The interpretations would be a variety of modalities, including general x-ray, Ultrasound, CT, etc. Q - Do you support a Teleradiology system? If yes, please describe the system and set-up. A - Due to the security requirements and the need for a Radiologist on station, a teleradiology system (outside of current National Teleradiography Program) is not supported. Q - Is work related equipment GE, Siemens, Philips, Toshiba or Other? A - Fluoroscopy equipment is Philips, PACS is BRIT PACS, Voice Recognition Software is Powerscribe, 3D software is Tera Recon. Q - Is the radiologist responsible for contrast injections? If so, do you use non-ionic contrasts? A - The technologist injects under the approval of the Radiologist. The Radiologist would be present in the department to assist with any reactions. We use Ultravist 300 and 370, non-ionic contrast. Q - Will contract physician be involved in supervising teaching services (residents/fellows)? If yes, please describe. A - No. Q - How many other Radiologists will be on staff during the locums assignment? Rad Techs? A - This is not a LOCUMS solicitation. There are 6 Radiologic Technologists, 2 Ultrasonographers and 1 Ultrasonographer/Radiologic Technologist. There currently is 1 staff Radiologist. Q - What support staff is available? A - There is 1 PACS Administrator, 1 Imaging Secretary (administrative support; however, not the Radiologist Secretary), 5 Medical Support Assistants (clerks that perform various duties including scheduling, uploading of images, etc.) Q - Is this a new or existing contract? A - There is currently an expiring contract in place. Q - Will there be any changes to the current reading location at the VA? A - Reading location will be in the current Imaging department. However, the actual room that the Radiologist will be working out of has yet to be determined. Q - Will both the employed Radiologist and the Contracted Radiologist be working at the same time (hours/days)? If so, how will the provision of services be divided? A - Contract Radiologist will be working the same hours and days except for days that the VA Staff Radiologist is on leave. Studies will appear and be available for all Radiologists to read off the work list in PACS. Of course, any procedures such as arthrograms, biopsy, etc. (with associated MRI or CT) will be read by the Radiologist that performs the procedure. Radiologists will need to initiate the written report when first reviewing the case so that the study will be removed from the work list and not chosen by another Radiologist to be read. ? E.2 Proposal Submittal Instructions (Page 55) which currently reads: Offerors proposals are to be submitted in three parts: (1) a technical proposal (the "Technical Proposal"), (2) Past Performance, and (3) a price proposal (the "Price Proposal"). The offeror shall include only one copy of each part. The offeror is required to submit a copy of the RFP response on CD-ROM along with the printed copy. Printed copies should not include marketing or promotional material. The electronic version (CD-ROM) of this RFP technical response shall be named VISN 23 Saint Cloud Radiology [Vendor Name] RFP.doc. Pricing information shall be entered into the Price/Cost Schedule (Attachment 1, section D of the RFP); no other version of a pricing schedule will be accepted. All envelopes shall be clearly marked with the RFP number at the lower left-hand corner. Each envelope shall be identified as "TECHNICAL PROPOSAL" "PRICE PROPOSAL" and "PAST PERFORMANCE". Is hereby changed to read: Offerors proposals are to be submitted in three parts: (1) a technical proposal (the "Technical Proposal"), (2) Past Performance, and (3) a price proposal (the "Price Proposal"). The offeror shall include only one copy of each part. The offeror is required to submit a copy of the RFP response on CD-ROM along with the printed copy. Printed copies should not include marketing or promotional material. The electronic version (CD-ROM) of this RFP technical response shall be named VISN 23 Saint Cloud Radiology [Vendor Name] RFP.doc. Pricing information shall be entered into the Schedule of Services (Paragraph B.4 Schedule of Services); no other version of a pricing schedule will be accepted. All envelopes shall be clearly marked with the RFP number at the lower left-hand corner. Each envelope shall be identified as "TECHNICAL PROPOSAL" "PRICE PROPOSAL" and "PAST PERFORMANCE".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26313R0134/listing.html)
 
Document(s)
Attachment
 
File Name: VA263-13-R-0134 A00001 VA263-13-R-0134 A00001_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1056136&FileName=VA263-13-R-0134-A00001000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1056136&FileName=VA263-13-R-0134-A00001000.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: Department of Veterans Affairs;Saint Cloud VA Health Care System;4801 Veterans Drive;Saint Cloud, MN
Zip Code: 56303
 
Record
SN03219567-W 20131023/131021233929-7c279737985d0c0d25b6daf3aa53c56e (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.