DOCUMENT
Q -- Teleradiolologist Extended Hour Coverage - Attachment
- Notice Date
- 10/24/2017
- Notice Type
- Attachment
- NAICS
- 621512
— Diagnostic Imaging Centers
- Contracting Office
- Department of Veterans Affairs;Columbus;Chalmers P. Wylie Ambulatory Care Center;420 North James Road;Columbus OH 43219-1834
- ZIP Code
- 43219-1834
- Solicitation Number
- 36C25018Q0061
- Response Due
- 10/30/2017
- Archive Date
- 1/28/2018
- Point of Contact
- Alexander J. Daniel
- E-Mail Address
-
559-3702<br
- Small Business Set-Aside
- N/A
- Description
- Page 3 of 3 THIS IS NOT A SOLICITATION. In accordance with FAR Part 10, Market Research, this is a sources sought to determine the availability of potential sources/vendors having the skills and capabilities necessary to provide Tele-Radiology Extended Hour Coverage, for the Department of Veterans Affairs, Chalmers P. Wylie VA Ambulatory Care Center (VAACC), located at 420 North James Road, Columbus, Ohio 43219. All interested contractors are invited to provide information to contribute to this market survey/sources sought including, commercial market information. This sources sought notice is for information and planning purposes only, and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The VA is currently conducting market research to locate qualified, experienced and interested potential sources relative to NAICS 621512, Diagnostic Imaging Centers. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement. General Requirements: The Contractor shall provide Board Certified Radiology Physician Services in accordance with the specifications contained herein to beneficiaries of the Department of Veterans Affairs (VA) and the VAACC. A contractor providing tele-radiology services shall provide services consistent with The Joint Commission (TJC) and that meets or exceeds VA and the American College of Radiology Guidelines. The Contractor shall be available to the VAACC for consultation and interpretation 365 days a year for STAT and Routine exams. Weekday coverage is between 7:00am and 8:00am and after hour coverage between 4:30pm and 8:00pm. Intermittent weekday coverage (for vacations etc.) is between 8:00am and 4:30pm. The Contractor shall provide coverage on all weekends and federal holidays between 7:30am and 6:00pm. The Contractor shall provide IT support with the in-house expertise to build and maintain HL-7 interfaces (i.e. doesn t need an outside contractor to do this). The hours for availability of this service are the same as those listed for consultation and interpretation. Contractor equipment must be capable of implementing MPLS. Contractor equipment must be capable of receiving VA images at the same speed they are transmitted from the VA on the MPLS line. The speed is ten (10) gigabyte per second. The contractor s backup/disconnect recovery lines need to meet the same standards for rapid transmission of medical images. Contractor must specify the speeds of their image receiving equipment. Contractor must specify backup/disaster recovery plans in place to assure uninterrupted processing of VAACC medical images. Turn-around times for subspecialty reads are requested as soon as possible; however, the Final Radiology report for a STAT exam must be received within one (1) hour of the VAACC beginning image transmission from VAACC to the teleradiology vendor. The Final Radiology Report for a Routine exam must be received within 24 hours of the VAACC beginning image transmission from VAACC to the teleradiology vendor. Based on the need for uninterrupted and urgent time frame for establishing the service, a current active Memorandum of Understanding (MOU) with an Interconnection Security Agreement (ISA) with a VA facility is required. Requested submittal Information: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 10 pages in length, single spaced, 12-point font minimum. The Government will not review any other data or attachments that are in excess of the 10 pages. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. Interested parties shall furnish the following minimum information: Company name and address. Company point of contact name, telephone number and email address. Is your business large or small? If small, does your firm qualify as a small, emerging business, or small disadvantaged business? If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act Is your firm a certified Hub zone firm? Is your firm a woman-owned or operated business? Is your firm a certified Service-Disabled Veteran or Veteran Owned Small business (SDVOSB or VOSB)? If your firm is a SDVOSB or VOSB, are you registered with VetBiz Registry? If not, please register at: http://vip.vetbiz.gov/general_user/register/default.asp Does your firm have a DUNS number? If so, please provide. If not, you must register with Dun & Bradstreet at: http://www.dnb.com Is your firm registered with the System for Award Management (SAM) at https://www.sam.gov/portal/SAM/#1? If not, please register as soon as possible. If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant SINS. Does your firm have a website address? Please provide. Capabilities/Qualifications: A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Description of the capabilities/qualifications/skills your company possesses to perform services described in the scope of work. Do you need to subcontract any portion of work to provide these services stated herein? Past Experience: Brief summary of the company history relative to similar requirements. Offer may provide the following information on a maximum of three similar projects for which the responder was a prime or subcontractor. The name, address, and value of each project. The Prime Contract Type, Firm Fixed-Price, or Time and Material. The name, telephone and address of the owner of each project. A description of each project and why it is relevant to this requirement. Include difficulties and successes. Your company s role and services provided for each project. What are the common qualifications of the people who are providing these services? Telephone and faxed responses will not be accepted nor responded to. It is requested that the above information be provided no later than 10/30/2017 at 10:00AM EST. Email responses to Alex Daniel, alexander.daniel@va.gov and Karen Williams, karen.williams4@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CoVAOPC757/CoVAOPC757/36C25018Q0061/listing.html)
- Document(s)
- Attachment
- File Name: 36C25018Q0061 36C25018Q0061_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3869601&FileName=36C25018Q0061-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3869601&FileName=36C25018Q0061-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25018Q0061 36C25018Q0061_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3869601&FileName=36C25018Q0061-000.docx)
- Record
- SN04721332-W 20171026/171024231019-b10bf993163a714340d39405e145e8aa (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 |