SOURCES SOUGHT
Q -- Radiation Support and Related Services
- Notice Date
- 2/6/2013
- Notice Type
- Sources Sought
- NAICS
- 621512
— Diagnostic Imaging Centers
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd., EPS Suite 600, Rockville, Maryland, 20852
- ZIP Code
- 20852
- Solicitation Number
- N02-RC-31013-75
- Archive Date
- 3/8/2013
- Point of Contact
- Catherine Kennedy, Phone: 240-276-5416
- E-Mail Address
-
catherine.kennedy3@nih.gov
(catherine.kennedy3@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Small Business Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small business; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This requirement is assigned a code of 621512 in the North American Industry Classification System (NAICS), and the size standard for such requirements is $12.5 M per annum. Statements should also include an indication of current certified business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern's name and address)as well as the eligible business concern's name, point of contact, address, and DUNS number. Background: The National Cancer Institute (NCI), Radiation Oncology Branch (ROB) exists to plan and conduct pre-clinical and clinical research on the biologic and therapeutic effects of radiation administrated alone or in combination with other modalities of treatment; to develop novel technology and imaging based approaches for radiation oncology; to investigate the natural history of disease to understand and evaluate means of diagnostic assessment for the purpose of optimizing treatment selections; and to provide radiation therapy as well as general oncology consultations for patients admitted to other Clinical Research Center (CRC) clinical services, in a collaborative approach. The Radiation Oncology Branch exists as part of the National Cancer Institute (NCI) Center for Cancer Research (CCR). The ROB designs and conducts pre-clinical and clinical research on the biologic and therapeutic effect of radiation therapy. The research clinical trials that the ROB develops and conducts involve novel technology and/or imaging based approaches to radiation therapy treatment. Within ROB Computer Tomography (CT) and Magnetic Resonance (MR) image fusion is a routine part of patient treatment planning. The ROB also provides treatment via radiosurgery, intensity-modulated 3-D conformal radiotherapy (IMRT), real-time dose measurement, brachytherapy, and MR-guided procedures. The ROB has used the contracting mechanism to provide these services for more than 15 years. Contract RC81003, 11/1/97-10/31/02; contract RC-37001, 11/1/02-12/31/07 and the current contract, HHSN261200800004C, have all been awarded to Radiation Management Associates. During these award periods the Contractor changed its name from Associates in Radiation Management to Radiation Management Associates. Purpose and Objectives: The Radiation Oncology Branch (ROB), Center for Cancer Research (CCR), National Cancer Institute (NCI), National Institute of Health (NIH), Bethesda, Maryland is seeking a Contractor to provide radiation therapy treatments and related services to clinical protocol patients at the Clinical Center, NIH. The treatments will take place on-site, using linear accelerators, simulators, and dosimetry equipment. The Contractor shall 1) provide radiation therapy, dosimetry, and related professional services as required by the Statement of Work; 2) operate associated equipment in the ROB such as high energy linear accelerators, radiation therapy simulators, CT scanners, radiation therapy treatment planning computers, associated dosimetry equipment, medical laboratory equipment, and MR imaging equipment; 3) perform radiation therapy technology and dosimetry services in the ROB, Monday through Friday 8:00 a.m. to 4:30 p.m. exclusive of Federal holidays and other times as deemed necessary; 4) provide on-call emergency radiation services as well as dosimetry services, when required, in accordance with established radiation therapy practices; 5) provide training through participation in seminars provided through the NIH and through other pertinent course work or training. All applicable staff shall have the appropriate board or registry certification as stated in the Statement of Work and meet the minimum certification criteria. Mandatory Project Requirements: All personnel performing work under this contract shall have necessary licenses and certifications as specified by local, State, or Federal Laws or Regulations in order to perform the work required by the contract. All radiation therapists must be certified by the American Association of Radiation Technologists in Radiation Therapy Technology or become board certified within six months from the date of hire. Additionally, all therapists must have demonstrated the ability to fabricate focused blocks and electron beam cutouts. All therapists must be experienced in operating Government-owned equipment, including: Varian RapidArc accelerator, Tomotherapy Hi-ART helical tomotherapy unit, Nucletron MicroSelectron High-Dose-Rate Remote Afterloader, Varian ARIA patient management system, and Philips Brilliance CT Simulator. Anticipated Period of Performance: The anticipated Period of Performance for this requirement is one year, with six one-year options beginning on or about July 1, 2013. Capability statement/information sought: Tailored capability statements shall demonstrate a clear understanding of all work specified below as follows: Documented experience providing radiation therapy and dosimetry treatments based on HIPAA Medical Code Sets identified by the HCPCS (Healthcare Common Procedure Coding System) procedure codes, specifically 77413, 77414, 77408, 77409, 77403, 77404, 77372, 77373, 77481, 77290, 77295, and 77334. Documented experience providing dosimetry treatment plans and plan verifications based upon American Medical Billing Codes, specifically 77310, 773154, 77301, 77321, and 77328. Documented experience providing physics services, including quality assurance of patient records (paper & electronic) based upon Amercian Medical Billing Codes, specifically, 77336, 77330, 77399, and 77331. Documented availability, experience, and training of personnel in radiation services and procedures as well as appropriateness of proposed staffing to accomplish this project. Documented prior corporate experience in providing effective coverage for this type of contract or other work requiring similiar quantities and mix of personnel. Documented company training program in the area of radiology. Information Submission Instructions: Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 24 single-sided pages (single spaced, 12 point font minimum) including all attachments, resumes, charts, etc. that clearly details the firm's ability to perform the aspects of the notice described above. Tailored capability statements should also include an indication of current certified small business status. This indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern's name and address) as well as the eligible small business concern's name, point of contact, address and DUNS number. Delivery Point: All capability statements sent in response to this sources sought notice must be submitted electronically (via email) to Catherine Kennedy, Contracting Officer at catherine.kennedy3@nih.gov in MS Word or Adobe Portable Document Format (PDF). The subject line must specify N02-RC-31013-75. Facsimile responses will not be accepted. Common Cut-Off Date: Electronically submitted tailored capability statements are due no later than 3:30 p.m. EST on February 21, 2013. CAPABILITY STATEMENTS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary information in any resultant solicitations(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02-RC-31013-75/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02980816-W 20130208/130206234355-7e1bf53b213673d998553007a7cc6b4f (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 |