SOLICITATION NOTICE
Q -- Commercial Services as a Medical Physicist to support day-to-day activities of a team as they relate to technology assessment, data collection, document preparation, fact finding and analysis, and education.
- Notice Date
- 2/12/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH-04-T-0208
- Response Due
- 2/17/2004
- Archive Date
- 4/17/2004
- Point of Contact
- Chris Helman, 301-619-2265
- E-Mail Address
-
Email your questions to US Army Medical Research Acquisition Activity
(chris.helman@amedd.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items 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. This is a combined synopsis/solicitation for commercial items 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 U.S. Army Medical Research Acquisition Activity (USAMRAA) has a request for proposals under W81XWH-04-T-0208. A fixed- price contract with a base year and four options, contract will start 01 March 2004. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorpora ted provisions and clauses are those in effect through the Federal Acquisition Circular. Statement of Work (SOW) is in support of the U.S. Army Medical Materiel Agency (USAMMA), Technology Support Division, Fort Detrick, MD 21702. USAMMA requires on-sit e medical physicist services to support day-to-day activities of the Technology Assessment and Requirements Analysis (TARA) team as they relate to technology assessment, data collection, document preparation, fact finding and analysis, and education. Emph asis and skills and knowledge follow: Reviewing and analyzing the clinical requirements of TDA medical treatment facilities (MTFs) by developing integration strategies for new information technology, image management, imaging, and other hospital based sys tems. Provide education and support to members of the TSD who currently do not understand the clinical requirements for image management and imaging technology. Managing, accessing, reviewing, and documenting emerging and state-of-art technology and equip ment for diagnostic imaging modalities and picture archiving and communications systems (PACS) where required. Evaluate/recommend options for facilities in these areas and train current and new employees in these areas to ensure that one person is availab le at all time to cover these technologies. Being the product line manager for certain diagnostic imaging modalities, such as mammography, cardiology, MRI, etc. Providing technical expertise to the Army for diagnostic imaging regarding new technology are as. Conducting consultant services on diagnostic imaging technology to Army TDA MTFs. And, as the most technical member on team, provide education and support to members of the TSD who currently do not understand or who are learning how to provide consul tation services to TDA MTFs. Conducting ongoing market analysis of medical imaging equipment and study emerging technologies and providing education and support to members of the TSD on how to conduct thorough market surveillance and comprehensive market analyses of medical imaging equipment. The contractor must have the following skills/knowledge: Knowledge of the Department of Defense Technology Assessment and Requirements Analysis (TARA) program. Extensive knowledge of diagnostic imaging modalities a nd PACS. Ability to train and educate. At a minimum, have a masters of science in medical physics or related field. The contractor shall deliver all technical assessments and reports within 2 to 3 weeks of completion. The contractor shall deliver to the government a monthly progress report that details progress made, problems encountered, and actions/resolutions required for each of the task areas listed above. This report is due to the COTR no later than the 5th working day of each month. This report n eeds to include what the vendor has done to fulfill their obligation under the contract for the previous month. It should include on going issues that remain u nresolved and what the vendor is doing to resolve these issues. It should end with what the contractor proposes to accomplish in the up coming month in accordance with the contract. It should include all requirements the vendor may have in accordance wit h the contract. The contractor shall deliver a trip report before each temporary duty assignment to include the location, purpose and outcomes of the trip. The contractor must provide a trip report within 5 working days of completion of travel for all tri ps. The trip report must contain at a minimum the trip dates and purpose of the trip. The after-trip report should include the purpose of the trip, was it accomplished, if so how. If not accomplished, what prevented it from being accomplished and what n eeds to be done to fulfill the requirements of the trip. Because USAMMA requires the contractor to have facility, network, and e-mail access, a National Agency Check with Inquiries (NACI) will be conducted. The contractor must obtain a successful NACI wit h positive results. All information obtained from the contractor in this position will become the property of the Government and cannot be used for any other purposes without written approval from the COTR/COR. The Government will provide the following: (1) office space, furniture, personal computers, and software for on-site personnel, (2) use of copier, telephone, facsimile machine, and consumable office supplies to conduct official business as required for on-site personnel, (3) access to relevant corr espondence, databases, and publications related to this effort, and (4) access to points of contact and offices that relate to Government agencies as required in performance of work. USAMMA is to fund travel according to Joint Travel Regulations and will request contractor travel using Contract Line Item Numbers for approximately 10 to 15 trips per year. Travel funding is not to exceed $10,000 annually. While traveling to and from a destination, the contractor will not be paid unless preapproved by the C OTR/COR prior to the trip. All claims for travel must be in accordance with (IAW) the Joint Travel Regulation (JTR) and all receipts must be attached to the invoice in which travel is claimed. The Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition. There are no addendments to this clause. The FAR clause 52.212-2 Evaluation-Commercial Items is applicable and is included as follows: (a) The Government will award a contract resulting from this so licitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers and are included in the relative order of importance: Technical Evaluation, Past Performance and Price. Technical Evaluation is 40%, Past Performance is 40% and Price is 20% which equals 100%. All offerors must include a completed copy of the provisions at FAR 52.212-3, Offerors Representat ion and Certifications-Commercial Items. Far 52.212-4 Contract Terms and Conditions-Commercial Items apply to this acquisition and there are no addendments. FAR 52.212 -5 Contract Terms and Conditions, Required to Implement Statues or Executive Orders-Co mmercial Items applies to this acquisition and the following clauses are applicable to this acquisition: 52.222.21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registr ation. There are no additional contract requirements or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. All offers are due by 2:00 p.m. on 17 February 200 4 at USAMRAA, Attn: MCMR-AAA-R, 820 Chandler Street, Fort Detrick, MD 21702-5014. All proposals/questions should be directed by e-mail to chris.helman@amedd. army.mil.
- Place of Performance
- Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA-R, 820 Chandler Street Frederick MD
- Zip Code: 21702-5014
- Country: US
- Zip Code: 21702-5014
- Record
- SN00521641-W 20040214/040212212801 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |