Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2009 FBO #2897
SPECIAL NOTICE

Q -- Special Notice - RFP: VA-243-09-RP-0122 - Additional information -- Physician Interventional Radiology Services New Jersey Health Care System - Dept. of Veterans Affairs

Notice Date
10/28/2009
 
Notice Type
Special Notice
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Contracting Officer;Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road (10N3-NAL-3);Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Archive Date
12/27/2009
 
Point of Contact
Marla Jacobson, Contracting OfficerVISN 3, Department of Veterans Affairs
 
E-Mail Address
Contracting Officer for this procurement
(Marla.Jacobson2@va.gov)
 
Small Business Set-Aside
N/A
 
Description
SPECIAL NOTICE:VA-243-09-RP-0122 Interventional Radiology Services October 28, 2009 The following is additional information provided based upon questions that have been received by perspective Offerors: 1.Will the IR be required to perform non-IR cases while on duty? Answer: No, work will be IR only. 2.Within the Statement of Work of the solicitation, it indicates that billing is to be on a quarterly basis rather than monthly. Is this in error? Answer: This was an error. Billing can be on a monthly basis. Refer to Item #3 of the Contract Administration section which allows the Offeror to select quarterly, semi-annually or other. 3.Will you accept electronic submission or must this proposal be mailed? Answer: Yes, as long as the SF1449 has a handwritten signature included. See the instruction page (attachment) within the RFP for details. 4.Is the requirement for two providers? One for regular hours and another one for on-call? Answer: The requirement is for coverage for the number of hours stated in the Schedule and within the SOW as well as for all of the on-call shifts stated in the schedule and SOW. How an Offeror proposes to meet the VA's requirements must be addressed clearly within the Offeror's proposal. This contract is not for a certain number of FTE. It is for hours and on-call services as specified. 5.Please clarify the call schedule for this position. How often will the interventional radiologist be on call? Do they rotate with other providers? Answer: The on-call schedule is as listed within the SOW and the Schedule of Supplies/Services and Prices/Costs of the RFP. The awarded contractor will be responsible for all on-call. On-call includes all Weekends, nights, evenings and holidays 365 days per year. See the Schedule for details of start and end times of the shifts. SPECIAL NOTICE: VA-243-09-RP-0122 Interventional Radiology Services October 28, 2009 Page 2: 6.Would you please clarify what it is you're asking for in the Past Performance section when they state "include information that depicts contract compliance, financial stability and efficiency, and customer satisfaction." - financial stability of the vendor or the reference? I want to make sure that my proposal to you is thorough. Answer: Past performance references should include all on-going contracts or those completed within the last three (3) years that are similar in scope and size. In addition, include information that depicts contract compliance, financial stability and efficiency, and customer satisfaction. "Conforming to contract requirements and performance standards. (Does not make unauthorized substitutions.) "Adhering to contract schedules/on-time delivery. (Delivers the right item on time.) "Showing business-like concern for the interest of the customer. (Practices good business Record of conforming to contract requirements and standards of good workmanship. "Record of forecasting and controlling costs. "Adherence to contract schedules (e.g., on-time delivery). "History of reasonable and cooperative behavior and commitment to customer satisfaction. "Business-like concern for the interest of the customer.) "Relations.) All of the bullet points listed above are examples of what information can be included with each contract of similar size and scope to demonstrate contract compliance and customer satisfaction. With regard to financial stability and efficiency, a statement or description of how the firm was able to perform the work required within the contract without financial difficulty will suffice. Of note, the points of contact (name, telephone number and email address) for each contract listed must be included as the Government will contract references. References will be asked about contract compliance, financial stability and efficiency and customer satisfaction. 7.The qualifications indicate that the IR physicians must possess an unrestricted license in the state of New Jersey. Please confirm that is accurate. Typically it states that the candidate must possess a current, full and unrestricted license in any state, Territory, or Commonwealth of the United States or the District of Columbia if providing services for a Government Facility. Answer: The RFP was amended on www.fbo.gov. The proposed candidate must possess an current, full and unrestricted license in any State, Territory, or Commonwealth of the United State or the District of Columbia. See amendment to RFP posted previously as amendment will need to be acknowledged when submitting proposal. SPECIAL NOTICE: VA-243-09-RP-0122 Interventional Radiology Services October 28, 2009 Page 3: OF NOTE: No changes have been made to the due date and time. The RFP: VA-243-09-RP-0122 is still due on 11/4/09 at 3:00p.m E.S.T.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9d3a6ae9af692303dcbe57d5083781c8)
 
Record
SN01993656-W 20091030/091028234955-9d3a6ae9af692303dcbe57d5083781c8 (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.