Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2014 FBO #4603
DOCUMENT

H -- RADIATION SAFETY/INSPECTION TESTING - Attachment

Notice Date
6/30/2014
 
Notice Type
Attachment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Ralph H Johnson VAMC;Department of Veterans Affairs;Contracting Office (90C);109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24714Q1013
 
Response Due
7/9/2017
 
Archive Date
7/14/2017
 
Point of Contact
Janica Francis-Hunter
 
E-Mail Address
H
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: VA-247-14-Q-1013 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA-247-14-Q-1013 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a small business set aside. The North American Industry Classification System (NAICS) code is 541690, and the size standard is $14.0 million. (v) This requirement consists of the following: BASE YEAR: ItemDescriptionQtyUnit of Unit Total Measures PricePrice 01Provide Diagnostic Radiation Survey Testing For 22 Diagnostic X-Ray Tubes12MO$______$_______ In Radiology, 3 Ct Units, 1 Diagnostic Tube In Mrytle Beach Cboc, 1 Diagnostic X-Ray Tube In Savannah Cboc, Up To 5 New Diagnostic X-Ray Tubes And Up To 5 Shielding Plans. Testing Must Include At A Minimum, Maximum Rad/Flouro Output, Typical Rad/Flouro Output, High Contrast Resolution, Low Contrast Resolution, Rad/Flouro Half Value Layer Verification, Kvp Accuracy And Reproducability, X-Ray Beam/Viewed Image Comparison, Centering, And Rad Beam Size, Radiographic Linearity Of Mas Stations, Rad Timer Reproducability, Scatter Radiation Testing For Room, Facility Design And Diagnostic Radiation Safety Checks. All Testing Will Be Performed By A Board Certified Diagnostic Radiation Physicist Certified By The American Board Of Diagnostic Radiology. All Shielding Surveys Will Include Diagrams Indicating Required Radiation Protection For Each Wall And Will Be Provided On 1/4 Scale Drawings. All Scheduling Of Testing Will Be Coordinated Through The Charleston VAMC Biomedical Engineering Shop. Total this period $______ OPTION YEAR 1: ItemDescriptionQtyUnit of Unit Total Measures PricePrice 01Provide Diagnostic Radiation Survey Testing For 22 Diagnostic X-Ray Tubes12MO$______$_______ In Radiology, 3 Ct Units, 1 Diagnostic Tube In Mrytle Beach Cboc, 1 Diagnostic X-Ray Tube In Savannah Cboc, Up To 5 New Diagnostic X-Ray Tubes And Up To 5 Shielding Plans. Testing Must Include At A Minimum, Maximum Rad/Flouro Output, Typical Rad/Flouro Output, High Contrast Resolution, Low Contrast Resolution, Rad/Flouro Half Value Layer Verification, Kvp Accuracy And Reproducability, X-Ray Beam/Viewed Image Comparison, Centering, And Rad Beam Size, Radiographic Linearity Of Mas Stations, Rad Timer Reproducability, Scatter Radiation Testing For Room, Facility Design And Diagnostic Radiation Safety Checks. All Testing Will Be Performed By A Board Certified Diagnostic Radiation Physicist Certified By The American Board Of Diagnostic Radiology. All Shielding Surveys Will Include Diagrams Indicating Required Radiation Protection For Each Wall And Will Be Provided On 1/4 Scale Drawings. All Scheduling Of Testing Will Be Coordinated Through The Charleston VAMC Biomedical Engineering Shop. Total this period $______ OPTION YEAR 2: ItemDescriptionQtyUnit of Unit Total Measures PricePrice 01Provide Diagnostic Radiation Survey Testing For 22 Diagnostic X-Ray Tubes12MO$______$_______ In Radiology, 3 Ct Units, 1 Diagnostic Tube In Mrytle Beach Cboc, 1 Diagnostic X-Ray Tube In Savannah Cboc, Up To 5 New Diagnostic X-Ray Tubes And Up To 5 Shielding Plans. Testing Must Include At A Minimum, Maximum Rad/Flouro Output, Typical Rad/Flouro Output, High Contrast Resolution, Low Contrast Resolution, Rad/Flouro Half Value Layer Verification, Kvp Accuracy And Reproducability, X-Ray Beam/Viewed Image Comparison, Centering, And Rad Beam Size, Radiographic Linearity Of Mas Stations, Rad Timer Reproducability, Scatter Radiation Testing For Room, Facility Design And Diagnostic Radiation Safety Checks. All Testing Will Be Performed By A Board Certified Diagnostic Radiation Physicist Certified By The American Board Of Diagnostic Radiology. All Shielding Surveys Will Include Diagrams Indicating Required Radiation Protection For Each Wall And Will Be Provided On 1/4 Scale Drawings. All Scheduling Of Testing Will Be Coordinated Through The Charleston VAMC Biomedical Engineering Shop. Total this period $______ OPTION YEAR 3: ItemDescriptionQtyUnit of Unit Total Measures PricePrice 01Provide Diagnostic Radiation Survey Testing For 22 Diagnostic X-Ray Tubes12MO$______$_______ In Radiology, 3 Ct Units, 1 Diagnostic Tube In Mrytle Beach Cboc, 1 Diagnostic X-Ray Tube In Savannah Cboc, Up To 5 New Diagnostic X-Ray Tubes And Up To 5 Shielding Plans. Testing Must Include At A Minimum, Maximum Rad/Flouro Output, Typical Rad/Flouro Output, High Contrast Resolution, Low Contrast Resolution, Rad/Flouro Half Value Layer Verification, Kvp Accuracy And Reproducability, X-Ray Beam/Viewed Image Comparison, Centering, And Rad Beam Size, Radiographic Linearity Of Mas Stations, Rad Timer Reproducability, Scatter Radiation Testing For Room, Facility Design And Diagnostic Radiation Safety Checks. All Testing Will Be Performed By A Board Certified Diagnostic Radiation Physicist Certified By The American Board Of Diagnostic Radiology. All Shielding Surveys Will Include Diagrams Indicating Required Radiation Protection For Each Wall And Will Be Provided On 1/4 Scale Drawings. All Scheduling Of Testing Will Be Coordinated Through The Charleston VAMC Biomedical Engineering Shop. Total this period $______ OPTION YEAR 4: ItemDescriptionQtyUnit of Unit Total Measures PricePrice 01Provide Diagnostic Radiation Survey Testing For 22 Diagnostic X-Ray Tubes12MO$______$_______ In Radiology, 3 Ct Units, 1 Diagnostic Tube In Mrytle Beach Cboc, 1 Diagnostic X-Ray Tube In Savannah Cboc, Up To 5 New Diagnostic X-Ray Tubes And Up To 5 Shielding Plans. Testing Must Include At A Minimum, Maximum Rad/Flouro Output, Typical Rad/Flouro Output, High Contrast Resolution, Low Contrast Resolution, Rad/Flouro Half Value Layer Verification, Kvp Accuracy And Reproducability, X-Ray Beam/Viewed Image Comparison, Centering, And Rad Beam Size, Radiographic Linearity Of Mas Stations, Rad Timer Reproducability, Scatter Radiation Testing For Room, Facility Design And Diagnostic Radiation Safety Checks. All Testing Will Be Performed By A Board Certified Diagnostic Radiation Physicist Certified By The American Board Of Diagnostic Radiology. All Shielding Surveys Will Include Diagrams Indicating Required Radiation Protection For Each Wall And Will Be Provided On 1/4 Scale Drawings. All Scheduling Of Testing Will Be Coordinated Through The Charleston VAMC Biomedical Engineering Shop. Total this period $______ Grand Sum Total for all periods $__________ (vi) The following is a detailed description of the requirements for this solicitation: STATEMENT OF WORK-Radiation Safety/Inspection Testing MAINTENANCE SERVICE AGREEMENT COVERAGE: A.Vendor shall provide the following: a.Testing of all X-ray producing devices located at Charleston VAMC and outlying clinics for year 2015 by no later than December 31, 2015. b.Requirement: All testing will be directly performed by a Diagnostic Radiation Physicist certified by the American Board of Radiology. c.Replacement Parts: NA d.Specialty Items: i.Vendor shall provide complete evaluation reports on each device tested to include, Maximum Rad/Flouro output, Tyypical Rad/Flouro output, High contract resolugion, low contrast resolution, Rad/Flouro half value layer verification, KVP accuracy/reproducibility, X-ray beam/viewed image size comparison, Centering of rad beam, radiographic linearity of MAS settings, Rad timer reproducibility, scatter radiation testing, facility design/safety checks. INFORMATION SECURITY: a. The contractor and their personnel shall be subject to the same Federal laws, regulations, standards and VA policies as VA personnel, regarding information and information system security. These include, but are not limited to Federal Information Security Management Act (FISMA), Appendix III of OMB Circular A-130, and guidance and standards, available from the Department of Commerce's National Institute of Standards and Technology (NIST). This also includes the use of common security configurations available from NIST's Web site at: http://checklists.nist.gov b.To ensure that appropriate security controls are in place, Contractors must follow the procedures set forth in "VA Information and Information System Security/Privacy Requirements for IT Contracts" located at the following Web site: http://www.iprm.oit.va.gov/Security_and_Privacy_Requirements_for_Contractors.asp INFORMATION SYSTEM HOSTING, OPERATION, MAINTENANCE, OR USE: a.For information systems that are hosted, operated, maintained, or used on behalf of VA at non-VA facilities, contractors/subcontractors are fully responsible and accountable for ensuring compliance with all HIPAA, Privacy Act, FISMA, NIST, FIPS, and VA security and privacy directives and handbooks. This includes conducting compliant risk assessments, routine vulnerability scanning, system patching and change management procedures, and the completion of an acceptable contingency plan for each system. The contractor's security control procedures must be equivalent, to those procedures used to secure VA systems. A Privacy Impact Assessment (PIA) must also be provided to the COTR and approved by VA Privacy Service prior to operational approval. All external Internet connections to VA's network involving VA information must be reviewed and approved by VA prior to implementation. b.All electronic storage media used on non-VA leased or non-VA owned IT equipment that is used to store, process, or access VA information must be handled in adherence with VA Handbook 6500.1, Electronic Media Sanitization upon: (i) completion or termination of the contract or (ii) disposal or return of the IT equipment by the contractor/subcontractor or any person acting on behalf of the contractor/subcontractor, whichever is earlier. Media (hard drives, optical disks, CDs, back-up tapes, etc.) used by the contractors/subcontractors that contain VA information must be returned to the VA for sanitization or destruction or the contractor/subcontractor must self-certify that the media has been disposed of per 6500.1 requirements. This must be completed within 30 days of termination of the contract. c.Bio-Medical devices and other equipment or systems containing media (hard drives, optical disks, etc.) with VA sensitive information must not be returned to the vendor at the end of lease, for trade-in, or other purposes. The options are: a.Vendor must accept the system without the drive; b.VA's initial medical device purchase includes a spare drive which must be installed in place of the original drive at time of turn-in; or c.VA must reimburse the company for media at a reasonable open market replacement cost at time of purchase. REMOTE ACCESS: No remote access is required for completion of this service. REPORTING: For scheduling access to equipment for inspection services, vendor must contact Biomedical Department in G200, VAMC Charleston. Or call the biomed department at 843-789-7914. NOTE: Payment of invoices may be delayed if the appropriate reports are not properly completed and submitted to the Biomedical Engineering Section as required above. PERFORMANCE: The vendor must have only a Diagnostic Radiation Physicist, certified by the American Board of Radiology, directly perform this testing. HOURS OF WORK: This service may be completed during normal working hours or may be scheduled through the Biomed department for after-hours access to systems for testing. No adjustment of pay scale due to change in hours. ADDITIONAL SERVICES: None AUTHORIZED SERVICES: Testing and reporting services are for the following only, any additional x-ray producing devices will not be covered under this order and will have to be considered under a separate purchase order. Items on this order: 20 each X-ray tubes, 2 each outlying clinics, and 3 each CT systems. SUBCONTRACTING: Due to the complexity of the services required herein, subcontracting will not be permitted. TEST EQUIPMENT: The DVA Medical Center, will not furnish parts and/or test equipment for the performance of this contract. It is the responsibility of the Contractor to bring the appropriate equipment and/or supplies necessary to complete the work as required within. PERFORMANCE CONFERENCE: If appropriate, the Contracting Officer will schedule a performance conference for contract orientation purposes with the Contractor receiving award. SPECIAL CONTRACT REQUIREMENTS: Vendor must follow all Department of Veterans Affairs, Joint Commission, OSHA, and NFPA regulations when working on VA equipment. ORDERS: The Contractor's repairman will report to the office of the Contracting Officer's Technical Representative (COTR) prior to start of work and after completing the services required during that call. Services to be rendered will be directed by the COTR and any changes must receive concurrence of the Contracting Officer and/or the COTR. TYPE OF CONTRACT: The Department of Veterans Affairs Medical Center (DVAMC) anticipates award of a FIRM FIXED PRICE contract based on the contents of this solicitation. --END OF SOW-- (vii) Delivery FOB Destination to Ralph H Johnson, VA Medical Center, 109 Bee Street, Charleston, SC 29403 (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1.Documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance performing Radiation Safety/Inspection Testing as specified in this solicitation. 2.Documentation that confirms the company/employees have the required licensing and certifications for performing Radiation Safety/Inspection Testing as specified in this solicitation. 3.Documentation that confirms the company is a registered small business in the System for Award Management (SAM) located https:// www.sam.gov (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE FAXED AND WRITTEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xiii) n/a (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) n/a (xvi) QUESTIONS: All questions regarding this solicitation need to be electronically submitted no later than July 3, 2014 at 2pm EST to Janica Francis, NCO 7 Contract Specialist e-mail Janica.Francis@va.gov. The solicitation number must be identified on all submitted questions. No questions received after this date will be answered. (xvii) Site Visit: A site visit is not contemplated at this time. (xviii) QUOTES/OFFERS ARE DUE July 9, 2014 at 2:00PM eastern standard time (est). Only electronic offers will be accepted; submit quotation to - Janica Francis, NCO 7 Contract Specialist e-mail Janica.Francis@va.gov. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Place of Performance: (multiple locations) Ralph H Johnson VA Medical Center Department of Veterans Affairs 109 Bee Street Charleston, SC 29401 Primary Point of Contact: Janica Francis-Hunter, Contracting Specialist Janica.Francis@va.gov Phone: 843-789-6448 Fax: 843-789-6406
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24714Q1013/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-14-Q-1013 VA247-14-Q-1013.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1464725&FileName=VA247-14-Q-1013-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1464725&FileName=VA247-14-Q-1013-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Ralph H Johnson VAMC;Department of Veterans Affairs;109 Bee Street;Charleston, SC
Zip Code: 29401
 
Record
SN03410368-W 20140702/140701024056-1600ae022a5fd4a8f841cf9d93e834f6 (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.