Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2010 FBO #3008
SOURCES SOUGHT

Q -- RADIOLOGY SVC: INTERVENTIONAL RADIOLOGY

Notice Date
2/16/2010
 
Notice Type
Sources Sought
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Veterans Affairs;Dayton VA Medical Center;4100 W. Third St.;Dayton OH 45428
 
ZIP Code
45428
 
Solicitation Number
VA-250-10-RP-0075
 
Response Due
2/26/2010
 
Archive Date
3/28/2010
 
Point of Contact
Aprile HorneContract Specialist
 
E-Mail Address
CONTRACTING OFFICER AND CONTRACT SPECIALIST
(APRILE.HORNE@VA.GOV)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: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 perform/provide the stated requirements for Interventional Radiologic services. All interested contractors are invited to provide information to contribute to this market survey/sources sought including, commercial market information. This is not a solicitation announcement. This is a sources sought synopsis only. Questions will not be entertained at this time. Respond only to requested information and questions below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (Hubzone, 8(a), small, small disadvantage, service disabled veteran owned small business, or large business) relative to NAICS 621111 (size standard of $10.0 Million). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. REQUIREMENT: The Department of Veterans Affairs Medical Center, 4100 W. Third Street, Dayton, OH, 45428-9000 is seeking sources (firms/contractors) for a potential requirement for Interventional Radiologic services with a duration of approximately three year; three FTE based on 24 hours/day and seven days/week. The Contractor shall provide all labor and qualified personnel to perform all work. The Contractors submitting responses to this sources sought notice must provide consistent and knowledgeable staff based on the requirement stated herein. Responsibilities of the Contractor shall include, but are not limited to: a). Major and minor procedures, including arthrography, image guided biopsies, myelography, vertebraplasty, cerebral, thoracic, abdominal and extremity artrography via any approach, balloon angioplasty excluding cardiac, venous arteriography, angiography, AV fistulogram, IVC filter, abcess drainage, percutaneous biliary drainage, nephrostomy, parcentesis, venography, vetebroplasty, thrombolysis, aortogram, biopsy, lumbar puncture, conscious sedation, stent placement, thoracentesis, embolization, gastrostomy, thrombectomy, arterial and venous stent placements, radiofrequency ablative tumor procedures, radiofrequency ablative pain procedures, thoracentesis, digital subtraction angiography, and central venous catheter placements covered under the contract. The Contractor shall be experienced in pain management, such as spinal cord stimulator, radiofrequency ablation, interdiscal electrothermal therapy (IDET), epidural steroid injection, sacroiliac joint injection, facet blocks, medial branch blocks, RF ablation, etc. Furthermore, the Contractor shall be experienced in tumor ablation including Transarterial Chemoembolization (TACE). The Contractor employee shall provide quality assurance data to show that they meet standards established by the Society of Interventional Radiology Standards of Practice Committee. For example, data should include the following indicators (complications) for percutaneous transluminal angioplasty: emergency surgery, severe bleeding or hematoma (requiring transfusion, surgery, or delayed discharge), puncture site occlusion, angioplasty site occlusion, distal embolization causing tissue damage, vessel perforation causing surgery, vessel perforation, no surgery required (laser angioplasty). REQUESTED INFORMATION: (1) Is your business large or small (2) If small, does your firm qualify as a small, emerging business, or small disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (4) Is your firm a certified Hub zone firm (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran or Veteran Owned Small business (SDVOSB or VOSB)? (7) 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 (8) Does your firm have a DUNS number? If so, please provide. If not, you must register with Dun & Bradstreet at: http://www.dnb.com (9) Is your firm registered with the Central Contractor Registration (CCR) at http://www.ccr.gov? If not, please register as soon as possible. (10) Does your firm have medical liability insurance (provide amount)? (11) Is the staffing that you employ permanent or locums? (12) Are all of the physicians in your firm Board Certified Radiologists and licensed to work in the state of Ohio? (13) Does your firm have a website? If so, please provide web address. (14) Provide the point of contact telephone number and email address. (15) Provide company management capabilities and skills (16) Give a brief description of ability to provide 24 hour, 7 days a week, IR services (17) What is the number of readily available physicians that your firm employs? (18) What is the maximum number of employees your firm has employed within the last three years? (19) What is your firm's contingency plan in the event that your physicians are on leave, dismissed, or find employment elsewhere? (20) Would you need to subcontract to fulfill the requirements stated herein? If so, state with which firm and a point of contact for that firm. (21) Provide your encryption capabilities such as PKI. (22) What are your firm's customary practices regarding customizing, modifying or tailoring of items to meet customer needs and associated costs? Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Telephone and faxed responses will not be accepted nor responded to. Responses must be received via email at Aprile.Horne@va.gov AND Kristy.Allen@va.gov no later than 4:00 p.m. Friday, February 26, 2010. This notice is to assist the VA in determining sources only. A solicitation is not currently available; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA-250-10-RP-0075/listing.html)
 
Record
SN02066197-W 20100218/100216234730-43d1c6be3b1f0e6b1da4f7373a839579 (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.