DOCUMENT
H -- Dose Badges - Attachment
- Notice Date
- 12/27/2017
- Notice Type
- Attachment
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26218Q9108
- Response Due
- 1/3/2018
- Archive Date
- 2/2/2018
- Point of Contact
- James Simms
- Small Business Set-Aside
- N/A
- Description
- THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a source sought/RFI only. The purpose of this source sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 541380 (size standard of $15,000,000.00). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide Radiation Monitoring Services to the VA Greater Los Angeles Healthcare System for a base year plus four option years. Potential vendor(s) must: a) be a dosimetry supplier; b) process, evaluate, package, and ship dosimeters; c) maintain records for dosimeter exposures; and d) submit necessary reports of exposures in an efficient manner which meets all applicable regulatory requirements. Potential provider must also be able to demonstrate that the appropriate licensing/accreditation criteria have been met. In addition to the services indicated above, the following salient characteristics are also required: Line item Info: LUXEL P BADGE, MONTHLY 2400 EA $0.0000 LUXEL P BADGE, QUARTERLY 2400 EA $0.0000 LUXEL T BADGE, MONTHLY 2400 EA $0.0000 TLD RING (TYPE S), MONTHLY 600 EA $0.0000 TLD RING (TYPE S), QUARTERLY 20 EA $0.0000 ADDITIONAL DOSIMETERS 20 EA $0.0000 LOST LUXEL DOSIMETERS 60 EA $0.0000 LOST/DAMAGED TLD 12 EA $0.0000 ALARA ANNUAL REPORTING FEE 1 EA $0.0000 ALARA ANNUAL REPORT, PER PERSON 900 EA $0.0000 ALARA MEMO, ANNUAL FEE 1 EA $0.0000 ALARA MEMO, PER PERSON 900 EA $0.0000 METER REPORT 12 EA $0.0000 NRC EQUIVALENT ANNUAL FORM 5 900 EA $0.0000 NRC EQUIVALENT TERMINATION FORM 5 900 EA $0.0000 ANNUAL STATISICAL SUMMARY 900 EA $0.0000 ANNUAL STATISICAL SUMMARY, MONTHLY 12 EA $0.0000 SORT AND PACK FEE, SINGLE SITE 125 EA $0.0000 SORT AND PACK FEE, MULTIPLE SITE 30 EA $0.0000 STATISTICAL SUMMARY ANNUAL REPORT 1 EA $0.0000 STATISTICAL SUMMARY ANNUAL REPORT PER, PERSON 900 EA $0.0000 The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and can provide the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicates the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hub zone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to james.simms@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Wednesday, January 3, 2018 at 3:00 p.m. PST. If a solicitation is issued it shall be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Transaction 691-18-2-5129-0002 STATEMENT OF WORK AND CRITERIA FOR RADIATION DOSIMETRY SERVICE CONTRACT VA Greater Los Angeles Healthcare System (GLA) 2018 I. BACKGROUND INFORMATION GLA must monitor staff and public exposures to radiation at levels sufficient to demonstrate compliance with the occupational and environmental dose limits set by regulatory entities. To demonstrate compliance, radiation dosimeters must be supplied and distributed to appropriate personnel and at various locations throughout the facility. Maintaining an acceptable dosimetry program requires using a reliable and consistent dosimetry provider. II. OBJECTIVES The purpose for this contract is to have a dosimetry provider supply, process, evaluate, package, and ship dosimeters, as well as maintain records for dosimeter exposures and supply necessary reports of exposures in an efficient manner and which meets all applicable regulatory requirements. The dosimetry provider must be able to demonstrate that the appropriate licensing/accreditation criteria have been met, in addition to the specific requirements listed in Sections IV and V. THIS IS A CONTRACT FOR SERVICES. III. PERIOD OF PERFORMANCE i. Base Year: April 21, 2018 through April 20, 2019 ii. Option Year 1: April 21, 2019 through April 20, 2020 iii. Option Year 2: April 21, 2020 through April 20, 2021 iv. Option Year 3: April 21, 2021 through April 20, 2022 v. Option Year 4: April 21, 2022 through April 20, 2023 IV. LICENSING REQUIREMENTS 1. The dosimetry provider must hold a current personnel dosimetry accreditation from the National Voluntary Laboratory Accreditation Program (NVLAP) of the National Institute of Standards and Technology (NIST) in all categories. 2. The dosimetry provider must be approved in this accreditation process for the type of radiation or radiations included in the NVLAP program that most closely approximates the type of radiation or radiations for which the individual wearing the dosimeter is monitored. 3. The dosimetry provider must be able to calculate, provide and store the deep-dose equivalent to the whole body, lens of the eye dose equivalent, shallow-dose equivalent to the skin, and the shallow-dose equivalent to the extremities. 4. The dosimetry provider must be able to calculate, provide and store the following information: a. Committed Effective Dose Equivalent (CEDE) organ b. Committed Dose Equivalent (CDE) total c. Total Organ Dose Equivalent (TODE) d. Total Effective Dose Equivalent (TEDE) 5. The dosimetry provider must be able to store the following information: a. Committed Dose Equivalent (CDE) organ b. Committed Effective Dose Equivalent (CEDE) organ c. Intake quantity and Radionuclide d. Solubility Class e. Description of Internal Deposition 6. The dosimetry provider must be able to provide evidence of the following: a. Maintain an in-house quality assurance program. b. Minimum five years experience as a dosimetry processor. c. Satisfactory performance record with NVLAP in all germane categories. V. SPECIFIC REQUIREMENTS 1. Optically stimulated luminescence (OSL) [aluminum oxide Al2O3] whole-body dosimeters that can assess x-ray, gamma and beta exposure. 2. Lithium fluoride thermo-luminescent dosimeters (TLD) for assessing extremity exposure. 3. Neutron detection dosimeters that can assess fast, intermediate and thermal neutron exposure via solid state track etching. Neutron dosimeter shall have the capacity to be integrated into OSL whole-body dosimeters which will allow this dosimetry to be used body (personnel) dosimeter. 5. OSL whole-body dosimeters with emergency response re-read capabilities and the demonstrated ability to record radiation exposures as low as at 1 mrem increments. Including the ability to determine if the exposure was dynamic or static. 6. Master controls (dosimeters used for assessing background radiation during transit and storage) at no charge for all types of dosimeters. 7. OSL environmental (for a physical area such as a room) dosimeters. 8. Dosimeters will have permanent waterproof identification labels that cannot be smeared and/or removed and must provide barcode capability. 9. Dosimeters shall be identified by clearly visible icons that show where the dosimeter is to be worn. 10. Extremity badges shall be provided in at least three different sizes (e.g. small, medium, and large) 11. Color coding shall be used on all dosimeters to identify the specific wear period for that dosimeter. The dosimetry provider must provide radiation monitoring services that meet the following criteria: 1. All radiation dosimetry services must meet current 10 CFR Part 20 reporting and recording requirements including appropriate controls to ensure the protection of personally identifiable information (PII). There must be a method to securely transmit PII between the vendor and the customer (e.g. via a secure internet site). The PII that will be transmitted includes full names, social security numbers, and dates of birth. 2. Reports of radiation exposures must be made on NRC Form 4 and NRC Form 5 or their equivalent. Reports must also be supplied electronically upon request in a format which meets the NRC "REMIT" format. 3. On-line support for on-line exposure reports, shipment tracking and account maintenance transactions (i.e. dosimeter add/delete/reactivate administrative capabilities, spare badge assignments, addition of previous exposure history to current records). 4. On-line support shall provide unlimited access to a helpline or equivalent. 5. Twenty-four-hour emergency dosimeter processing service upon request. 6. Exposure reports shall be supplied within 8 working days from receipt of dosimeters. 7. A separate fetal dosimetry monitoring program which includes cumulative totals on exposures from year to year. 8. As Low as Reasonably Achievable (ALARA) notification and immediate phone notification and faxed memo for high exposures for any processed dosimeter exceeding specified ALARA trigger limits. 9. Termination report summaries of personnel radiation exposures shall be supplied within 30 days of notice of terminating a participant badge. 10. ALARA report summaries will be provided on a quarterly basis with an additional annual ALARA review summary for all monitored employees for all accounts 11. Dosimeters shall be supplied seven business days before the beginning of any designated wear period to allow time for distribution once received 12. Monthly report listing dosimetry results at other institutions in reports shall sum each individual s exposures across all facilities for comparison with regulatory limits. This item applies when other institutions use the same dosimetry provider 13. Reports of dosimeters that are unreturned during a wear period 14. At a minimum, the provider must demonstrate the following internet-based capabilities: a) Add, delete, and transfer personnel dosimeters including fetal badges b) Records access: downloadable exposure (dose) history, badge types, ALARA results, add lifetime cumulative exposure history from other institutions (if same dosimetry provider), search historical reports, and manage unreturned dosimeters 15. Contractor s services must satisfy the VA s compliance requirements with the following laws, regulations, and policies: 10 CFR Part 20 Standards for Protection Against Radiation 10 CFR Part 35 Medical Use of Byproduct Material 21 CFR 1020.30 Diagnostic X-ray Systems and their Major Components 29 CFR 1910.1096 Ionizing Radiation VI. INFORMATION SECURITY REQUIREMENTS The contractor will not access the VA computer network. The information and reports generated by the contractor will be accessible to the VA through the contractor s website. In addition, hard copy written reports and documents will be mailed to the VA. VA data is being stored at the contracting company. CSCA will be included in the contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q9108/listing.html)
- Document(s)
- Attachment
- File Name: 36C26218Q9108 36C26218Q9108_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3988190&FileName=36C26218Q9108-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3988190&FileName=36C26218Q9108-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26218Q9108 36C26218Q9108_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3988190&FileName=36C26218Q9108-000.docx)
- Place of Performance
- Address: VA WEST LOS ANGELES HEALTHCARE SYSTEM;11301 WILSHIRE BLVD;WAREHOUSE- BLDG 297;LOS ANGELES
- Zip Code: 90073
- Zip Code: 90073
- Record
- SN04776326-W 20171229/171227230506-dc46f5bb4beffcf911ce5ac8b0a351c4 (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 |