DOCUMENT
Q -- Radiation Therapy Technologist (RTT) Services - Attachment
- Notice Date
- 10/12/2018
- Notice Type
- Attachment
- NAICS
- 561320
— Temporary Help Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26219R0007
- Archive Date
- 11/11/2018
- Point of Contact
- Tanya Barraza
- E-Mail Address
-
1-5933<br
- Small Business Set-Aside
- N/A
- Description
- THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). I. DISCLAIMER This Sources Sought Announcement/RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. II. SOURCES SOUGHT DESCRIPTION: 1. This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of Small Business capabilities, including Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses (SDVOSB/VOSB) interested and capable of performing the work. Responses to this source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. 2. The NAICS for this requirement is 561320 (size standard $27.5 million). 3. The VA Greater Los Angeles Healthcare System (VAGLAHS) has a requirement for the services of three (3) RTTs. All services shall be provided at the VA Greater Los Angeles Healthcare System, 11301 Wilshire Boulevard, Los Angeles, California 90073. Contract RTTs shall be available and present in the clinic during normal VAGLAS Clinic hours, which will be established, and may be revised, as deemed appropriate for patient care by the Chief of Staff (COS). Currently, normal clinic hours are Monday through Friday, 8:00a.m. to 4:30p.m. However, in addition, RTTs shall accommodate a flexible work schedule based upon patient workload, including shifts after normal VA business hours, weekends and/or holidays. a. QUALIFICATIONS: RTTs shall be ARRT Certified and have a minimum of 2 years experience in the practice of Radiation Therapy. b. EXPERIENCE: RTTs shall be experienced in the specific treatment modalities, such as SRS, SRT, SBRT, IGRT, IMRT, and RapidArc implemented at VAGLAHS. They must be proficient in Aria Software and have a minimum of 2 years experience on the CT Simulation, Novalis with Brain Lab, True Beam and 21 ex linear accelerators machines. 4. Interested firms having the skills and capabilities necessary to perform the stated requirements are invited to provide information to contribute to the market survey/sources sought notice. Responses to this Notice must provide the following information: General Information of the company name, address, phone number, fax number, e-mail address(s), and company web site. How long has your company been in business? What services does your company primarily provide and for how long. Provide a capability statement that addresses your company s qualifications and ability to perform as a contractor specifically for the work described in paragraphs 3, 3a, and 3b above. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information). Describe relevant Government and commercial experience your company has with the successful recruitment and retention of RTTs with specific qualifications and experience outlined above. Describe your company ownership composition listing the names of individuals that control and have authority to enter into a contract with the Government and their percentage of ownership of your company. Will your company be establishing a joint venture with another company? If so, list the names and provide the company s general information, their responsibilities, and authority of managing of the contract. Is your business small relative to NAICS 561320, size standard $27.5 million? Provide your Dun and Bradstreet Number Specify the type of Small Business, if applicable, (e.g. Service Disabled Veteran Owned Business (SDVOSB), Veteran Owned Small Business (VOSB), 8(a), HUB-Zone, Women Owned Small Business, Small Disadvantaged Business, or Small Business). Is your firm certified (VIP Verified) as a Service-Disabled Veteran Owned Small or Veteran owned small business? (1) If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of www.vetbiz.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. (2) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor's limitations on subcontracting are as follows: (a) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (b) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 5. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the services, VA will set aside the underlying solicitation per 38 U.S.C. §8127. 6. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. 7. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the services that fulfill the required specifications. 8. Responses to this Sources Sought must be in writing. Responses shall be faxed or emailed to the attention to Tanya Aguilar Barraza at (562) 346-1654 or email at tanya.barraza@va.gov. Telephone responses will not be accepted. All responses to this sources sought announcement must be received no later than 4:00pm PST on October 19, 2018. No solicitation is available at this time; this notice is to acquire information only. 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. Responses to this sources sought will not result in being added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26219R0007/listing.html)
- Document(s)
- Attachment
- File Name: 36C26219R0007 36C26219R0007_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4632339&FileName=36C26219R0007-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4632339&FileName=36C26219R0007-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26219R0007 36C26219R0007_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4632339&FileName=36C26219R0007-000.docx)
- Place of Performance
- Address: VA Greater Los Angeles Healthcare System;11301 Wilshire Blvd;Los Angeles, CA
- Zip Code: 90073
- Zip Code: 90073
- Record
- SN05122014-W 20181014/181012230358-a91882b29de0f0c14ec7674afeabc851 (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 |