DOCUMENT
Q -- 516-13-1-088-0001 Contract Medical Physicist - Attachment
- Notice Date
- 6/28/2013
- Notice Type
- Attachment
- NAICS
- 561320
— Temporary Help Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
- ZIP Code
- 33637
- Solicitation Number
- VA24813I2018
- Response Due
- 7/9/2013
- Archive Date
- 8/8/2013
- Point of Contact
- Charlene K. Stiens
- Small Business Set-Aside
- N/A
- Description
- Medical Physicist-Bay Pines VAMC-Bay Pines, Florida THIS IS A SOURCES SOUGHT NOTICE ONLY for the purpose of conducting Market Research. This is NOT a solicitation or pre-solicitation and this notice does not guarantee that a solicitation will be posted in the future. This information is being submitted for the purpose of seeking sources only. The U.S. Government is in no way obligated to do business with, or to enter into, any form of contract with any person, firm, or other entity that receives or responds to this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. Information obtained as a result of this notice will be used in completion of market research to determine the level of interest, particularly small business interest, in providing the required services as designated by the Government. REQUIREMENT: The Bay Pines VA Healthcare System (BPVAHCS), 10000 Bay Pines Boulevard, Bay Pines, Florida has a requirement for two (2) on-site medical physicists. The proposed contract, if awarded is anticipated to be a firm fixed price type single award contract. The proposed solicitation/contract, if issued, is issued under Title 38 U.S.C. 8153, Health Care Resources Sharing Authority. Contracted employees shall be responsible for day to day, weekly, monthly and yearly QA, all operations and oversight of the: Varian Trilogy LINAC, Varian True Beam LINAC and the Phillips Big Bore CT Scanner following all established protocols and mandates. All QA devices required to maintain the service's specialized equipment to include but not limited to: Daily QA checker, Micro- star, Matrix QA, multiple Wellhofer systems, Portal Dosimetry, IMRT QA, SBRT QA, ARC QA, Radiation Detectors, Treatment Planning System (Eclipse) and Varian ARIA record system. The Draft Performance Work Statement (PWS) is attached. All interested parties shall submit a Capabilities Statement for your company, your teammates and or subcontractors and documentation that demonstrate the firm's capability to provide qualified potential candidates meeting the below criteria. a.PHYSICIST 1)Technical Factor 1 - Experience: Subfactor 1. Each Physicist's must have Five (5) or more years of experience as a clinical radiation oncology physicist including accelerator commissioning. Experience must be detailed in resume to receive full credit. Experience as a health physicist, RSO, teacher, or while enrolled in a training program doesn't count as clinical experience Subfactor 2. Designing treatment devices for radiation therapy and provided training to staff regarding radiation oncology safety, policies and procedures. Subfactor 3. Knowledge and experience in implementing, maintaining, planning and immobilization techniques, quality assurance and treatment plans for; a. Intensity-modulated radiation therapy (IMRT) b. Image-guided radiation therapy (IGRT) c. Stereotactic radiation therapy (SRS) treatments. d. Stereotactic body radiation therapy (SBRT) treatments. e. High-dose rate (HDR) treatment Subfactor 4. Performed quality assurance procedures (e.g. TG-142) on radiation oncology treatment machine Subfactor 5. Performed an annual calibration (photons and electrons) as per AAPMTG-51 on radiation oncology treatment machine Subfactor 6: Experience; a. Commissioning Varian Trilogy Linear Accelerator (LINAC). b. Operating Varian Trilogy LINAC for two years. c. Using SRS and Rapid Arc technologies. d. Using Eclipse Treatment Planning. e. Using ARIA record and verify f. Performing Image Fusion using CT, PET and MR images. Subfactor 7: Served as a resource and backup for the dosimetrists Subfactor 8: Served as an administrator for the information management system of a clinical program 2)Technical Factor 2 - Qualification and Capability: Subfactor 1. Must be certified by the American Board of Radiology or the American Board of Medical Physicists in Radiation Oncology Physics, with clinical experience including accelerator commissioning. The qualifications of such personnel shall also be subject to the review of the VA Chief of Staff and approved by the VA Medical Center Director. Subfactor 2: Must have a Master's or higher degree in medical physics or a related specialty (Please provide information/documentation to support this requirement) Subfactor 3. Performed weekly reviews; a. Patient treatment records. b. Daily quality assurance (QA) test on linear accelerators and simulators. Subfactor 4. Performed and acceptance testing (i.e. work with vendor to ensure proper working condition during installation) on a linear accelerator. Subfactor 5. Commissioned (i.e. gathered necessary measurements or data) a linear accelerator for a treatment planning system. Subfactor 6: Has ACR accreditation experience and participated in meetings/conferences to keep current on new developments in oncology. Subfactor 7: Interacted with patients to obtain measurements and data necessary for radiation therapy planning and device design. All interested parties are requested to indicate if their firm, teammates and/or subcontractors are a Service-Disabled Veterans-owned small business or a Veteran-owned small business. Also, indicate if your firm has a Federal Supply Schedule (FSS). All interested parties shall submit the NAICS codes and size standard applicable to their firm. All interested parties are encouraged to email responses to Charlene Stiens at email Charlene.stiens@va.gov NO LATER THAN 02:30 PM (Eastern Time) July 9, 2013. NO TELEPHONIC COMMUNICATIONS WILL BE ACCEPTED. DISCLAMER: This is a request for information (RFI) issued solely for information and planning purposes only. This does not constitute a solicitation. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this RFI or accepted by the Government to form a binding contract. All information received in response to this RFI that is marked proprietary or confidential will be treated accordingly. Information received in response to this RFI will not be returned. Place of Performance: Bay Pines VA Healthcare System 10000 Bay Pines Boulevard Bay Pines, FL United States
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24813I2018/listing.html)
- Document(s)
- Attachment
- File Name: VA248-13-I-2018 VA248-13-I-2018.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=842078&FileName=VA248-13-I-2018-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=842078&FileName=VA248-13-I-2018-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-13-I-2018 VA248-13-I-2018.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=842078&FileName=VA248-13-I-2018-000.docx)
- Record
- SN03103384-W 20130630/130628235407-884bfc50fa8b51ebdc15dbba3a50fdff (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 |