Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 10,1999 PSA#2473

Department of Veterans Affairs, VA Medical Center, 2300 Ramsey Street, Fayetteville, NC 28301

Q -- RADIOLOGY SUPPORT SERVICES SOL RFP 565-10-00 DUE 112399 POC Janet A. Hudson (910) 822-7048 E-MAIL: E-mail contracting Officer at, Janet.Hudson@med.va.gov. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in 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. The solicitation is being issued as Request for Proposal #565-10-00. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-13. The SIC code is 8011 and the small business size standard is $5.0 million. The VA Medical Center, Fayetteville, N.C. intends to solicit proposals and award a firm fixed price contract under the authority of Title 38 USC Section 8153, pending availability of funds. The contract is for one (1) year with two(2) one (1) year option periods to extend. Contractor shall provide professional support services for the Radiology Service of the VA Medical Center, Fayetteville, N.C. on an as needed basis. Services to be provided include providing courier service on an as needed basis, Monday through Friday, excluding Federal Holidays, to transport x-ray films and jackets between the VA Medical Center, Fayetteville and the Contractor's place of business. Contractor shall be notified by the Radiology Manager of the VAMC's Radiology department that services are needed. Contractor will respond within a two hour timeframe to pick up x-ray films and jackets. The contractor shall provide reading of routine diagnostic x-rays by board certified or board eligible radiologists. Current licensure information will be provided at all times to the VA Medical Center on all radiologists providing service. All radiologists must be eligible to practice as a bonafide physician in the State of North Carolina. Reading of routine diagnostic x-rays will be performed on site at the VA Medical Center, Fayetteville, N.C. unless mutually agreed upon between the contractor and the VA. All reports shall be provided within a twenty-four hourtimeframe. All films and jackets shall be returned to the VA facility within a twenty-four hour turnaround time. Mammography reports shall be submitted on Standard ACR Reporting Form. Any abnormal exams shall be transcribed at Contractor's site and hard copy of report shall be returned to VAMC within a twenty-four hour turnaround time. Reading of mammography reports will be performed at the contractor's place of business unless mutually agreed upon between the contractor and the VA. Routine exam reports read on site at the VA shall be dictated directly into Fayetteville VAMC Transcription dictation system. Information on use of dictation system will be provided by VA. Electronic signature shall be used for verification of all radiographic reports. Contractor will provide the following resources for a firm fixed price, in accordance with the requirements of the contract. Reimbursement will not exceed the current Medicare allowable reimbursement rate for North Carolina in effect at time of award. Rates will be in effect for the base year period and adjusted each Option year the contract is extended to the Medicare rates that are in effect at the time of notification that the option year has been exercised. CPT ESTIMATED UNIT TOTAL Yearly Requirements CODE QUANTITIES COST COST 1. Nasal Bones 70160 10 ____ ______ 2. Sinuses 70220 10 _____ ______ 3. Skull, limited 70250 10 _____ ______ 4. Skull, complete 70260 10 _____ ______ 5 Chest, one view 71010 25 _____ ______ 6 Chest, two view 71020 50 _____ ______ 7. Chest, three views 71022 20 _____ ______ (includes OBL) 8. Ribs, Unilateral 71100 25 _____ ______ 9. Spine, one view 72020 10 _____ ______ 10. Cervical Spine 72050 20 _____ ______ 11. Thoracic Spine 72070 20 _____ ______ 12. Lumbar Spine, Limited 72100 10 _____ ______ 13. Lumbar Spine & Obliques 72110 20 _____ ______ 14. Pelvis 73520 10 _____ ______ 15 .Shoulder 73030 10 _____ ______ 16 AC Joints 73050 10 _____ ______ 17. Humerus 73060 10 _____ ______ 18. Elbow, AP & Lateral 73070 10 _____ ______ 19. Forearm 73090 10 _____ ______ 20. Wrist, two view 73100 10 _____ ______ 21. Wrist, three view 73110 10 _____ ______ 22. Hand 73120 10 _____ ______ 23. Fingers 73140 10 _____ ______ 24. Hip, unilateral 73500 10 _____ ______ 25. Hip, bilateral 73520 10 _____ ______ 26. Femur 73550 10 _____ ______ 27. Knee 73560 10 _____ ______ 28. Tibia & Fibula 73590 10 _____ ______ 29. Ankle 73610 10 _____ ______ 30. Foot 73630 10 _____ ______ 31. Toes 73660 10 _____ ______ 32. Abdomen, One View 74000 20 _____ ______ 33. Abdomen, Two Views 74010 25 _____ ______ 34. Abdomen, and Chest 74022 10 _____ ______ 35. Bilateral Exams 73565 150 _____ ______ (Knees, wrists, shoulders, ankles, feet, hands, etc.) 36.CT Studies 10 _____ _______ 37.Diagnostic Mammogram 400 _____ _______ Bilateral 76091 TOTAL COST FOR SERVICES $ __________ The contract physician will satisfy Veterans Health Administration and medical center policies and JCAHO. Personnel assigned by the contractor to perform the services covered by this contract shall be licensed in a State, Territory, or Commonwealth of the United States or the District of Columbia. Personnel performing these services shall be board certified and must meet the credentialing privileging requirements of the VA Medical Center, Fayetteville, N.C. Services to be performed by the contractor will be under the direction of the Chief of Staff or his/her designee at the VA Medical Center, Fayetteville, N.C. The following information is provided as general information. The contractor under the terms of the contract shall furnish the work hours as mutually agreed upon in the work statement. Work hours: Monday through Friday -- 8:00 a.m. -- 4:30 p.m. National Holiday: The ten holidays observed by the Federal Government, i.e. New Year's Day, Martin Luther King's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving, and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday.Nonworking hours (normal on-call hours) Monday through Friday, 4:30 p.m. to 8:00 a.m., and all Saturdays and Sundays. Emergency On-Call Hours: 12:00 Midnight Sunday through 12:00 Midnight the following Sunday. No on-call, weekend coverage or after hour services are to be performed unless specifically stated in the awarded contract. Requests for on-call weekend coverage or after hour services not stated in the contract must be approved by the Contracting Officer and a contract modification issued prior to performing work. Any work performed with prior approval of the Contracting Officer is not reimbursable. The contractor shall be responsible for protecting the personnel furnishing services under this contract. To carry out this responsibility, the contractor shall provide the following for their personnel: worker's compensation, professional liability insurance, health examinations, and income tax withholding and social security payments. The parties agree that such personnel shall not be considered a VA employee for any purpose and shall be considered employees of the contractor. Payment for any leave, including sick leave, holiday or vacation time is the responsibility of the contractor. The following provisions apply to this solicitation: 52.212-1, Instructions to Offerors-Commercial, 52.212-4, Contract Terms and Conditions-Commercial and addendum 52.237-3 Continuity of Services, 52,237-7 Indemnification and Medical Liability Insurance, 52.217-5, Evaluation of Options, 52.217-8 Option to Extend Services, 52.217-9, Option to Extend the Term of the Contract, 52.224-1, Privacy Act Notification, 852.270-4 Commercial Advertising, 852.271-70, Services provided beneficiaries, 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial, including clauses incorporated by reference under Section b (1)(5)(11-16)(23-24); 52.212-2 Evaluation-Commercial Items; Offerors responding to this announcement shall submit a cost proposal and technical proposal to include the following evaluation factors company experience, personnel qualifications to include evidence of current licensure and credentials/privileges and current CV, past performance of contracts of similar type, scope size and complexity that are ongoing or completed within past three years, references with points of contacts for contracts identified. Technical and past performance, when combined, are approximately equal to cost or price. Award will be made to the offeror who offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The information required in provisions 52.212-1, 52.212-2, a completed copy of provisions 52.212-3, Offeror Representations and Certifications, Commercial Items,852.219-70, Veteran Owned Small Business certification must be submitted with offer. Proposals including price and technical must be received by November 23, 1999, at 4:30 p.m. local time. Proposals may be faxed to (910) 822-7900. Offerors desiring to obtain copies of the reference provisions shall send facsimile request to (910) 822-7900, Attention Janet Hudson Posted 11/08/99 (W-SN398912). (0312)

Loren Data Corp. http://www.ld.com (SYN# 0070 19991110\Q-0008.SOL)


Q - Medical Services Index Page