SOURCES SOUGHT
Q -- On-Site Radiology Physician Service RFI
- Notice Date
- 11/13/2018
- Notice Type
- Synopsis
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- Department of Veterans Affairs;NETWORK 23 CONTRACTING OFFICE;316 Robert Street N. STE. 506;St. Paul MN 55101
- ZIP Code
- 55101
- Solicitation Number
- 36C26319Q0117
- Response Due
- 12/3/2018
- Archive Date
- 2/1/2019
- Point of Contact
- lora.gross@va.gov
- Small Business Set-Aside
- N/A
- Description
- Department of Veterans Affairs (VA) Veterans Health Administration (VHA) Onsite Radiology Physician Service THIS IS A REQUEST FOR INFORMATION (RFI) ONLY (as defined in FAR 15.201(e)), this is not a solicitation. Solicitations are not available at this time. Requests for a solicitation will not receive a response. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received, provide feedback to respondents with respect to any information submitted, or respond to any questions or comments that may be submitted in response to this RFI. This notice does not constitute a commitment by the United States Government and does not obligate the Government to award a contract or otherwise pay for the information provided in response. Responders are solely responsible for all expenses associated with responding to this RFI. The purpose of this RFI is to determine the acquisition strategy and vehicles and methods to acquire the services. The Government is interested in determining whether Small Businesses are interested and capable of performing the work. Please identify of your firm s socio-economic status. If you are a Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB), provide a statement indicating whether you are currently verified in the Vendor Information Pages (VIP). The Government requests that contractors respond to the specific questions provided in this RFI. Responses should demonstrate capability, not just confirm corporate capabilities. Large businesses are invited and encouraged to respond to this RFI. The agency does not intend to award a contract but rather gather capabilities and market information pertinent for acquisition planning. The responses to this RFI will be captured as market research and may contribute to the development of an acquisition strategy. Information provided may be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. All submissions become Government property and will not be returned. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. SCOPE OF WORK Contractor support is needed to provide Board Certified Radiology Physician Services on- and off-site in accordance with the specifications contained herein to beneficiaries of the Department of Veterans Affairs (VA) and the Sioux Falls VA Health Care System. The VA Radiology Services follow the standards & guidelines set forth by American College of Radiology (ACR). A contractor providing onsite radiologist services shall provide services that meet or exceed the American College of Radiology Guidelines http://www.acr.org/Quality-Safety/Standards-Guidelines/Practice-Guidelines-by-Modality/Interventional 1.0 FTE ON-SITE Board-Certified Radiologist. (One (1) radiologist at 40 hours per week at 52 weeks per year. 0.55 FTE ON- or OFF-SITE Board-Certified Radiologist and Nuclear Medicine Physician (to include but not limited to; Neuro, MSK, and Nuclear medicine interpretations during normal business hours). Twenty-two (22) hours per week at 52 weeks per year. 0.20 FTE ON-SITE Board-Certified Radiologist Radiology Administrative Services (Acting Chief of Radiology). Eight (8) hours per week at 52 weeks per year. After Hours radiology interpretation service. Monday through Friday, 75 hours weekly total; Saturday/Sunday, 48 weekly hours total. Place of Performance - Contractor shall furnish services for the 1.0 FTE at the Sioux Falls VA Health Care System, 2501 W. 22nd Street, Sioux Falls, South Dakota 57105; other FTEs at contractor s facilities. See attached document: Draft Radiology Services Performance Work Statement (PWS) for reference. INSTRUCTIONS FOR RESPONDING TO THIS RFI CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Response Format/Page Limitations: The overall total page limit for responses to this RFI is five (5) pages. Response submissions should be submitted in Microsoft Word format with Times New Roman font, 12 pt. or greater font size. Interested parties should limit marketing material in order to allow sufficient space for adequately, directly, and substantively responding with the information of most interest to the Government. In all correspondence relevant to this RFI please identify it as a response to the Radiology Services RFI and refer to the identifying number of 36C26319Q0117. Any firm responding to this notice should ensure that its response is complete and sufficiently detailed. Respondents are requested to limit responses to the information, and in the format provided below. A - GENERAL INFORMATION Identify your firms socio-economic status. If you are an SDVOSB or VOSB, indicate whether you are currently verified in the Vendor Information Pages (VIP) as an SDVOSB/VOSB. A brief description of your company that includes job classifications and number of employees in your company. Identify any GSA schedules you hold that support this work as described in the RFI. B CAPABILITY AND EXPERIENCE INFORMATION Rationale: Responses will be reviewed to determine the vendor s capability to successfully perform a project of a similar size, scope, approach, focus, complexity. B1. Provide certification that the organization can meet all requirements appearing in the PWS, to include qualifications and a capability statement for meeting place of performance requirements (See Section 3 Hours of Operation). B2. Describe any recent (within the past 3 years) and relevant (similar scope) experience as a contractor (specify prime or sub) where you have supported similar services. B2. Describe any recent (within the past 3 years) and relevant (similar scope) experience that you have in supporting VHA as a contractor (specify prime or sub). Submission Instructions: Responses to this RFI shall be submitted to Lora Gross, Contract Specialist via email (Lora.gross@va.gov) no later than December 3, 2018 at 10:00 AM CT. The subject line of the email shall read SSN Response 36C26319Q0117. Interested vendors should provide a positive affirmation of its capabilities with the type of services specified in the Task section of this RFI. Interested vendors are encouraged to provide information to the Government on what they will need in order to respond to a future solicitation. Failure to respond to this RFI would be viewed as non-interest/non-capable in performing this future requirement. Questions: A submitted to Lora Gross, Contract Specialist via email to Lora.gross@va.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/36C26319Q0117/listing.html)
- Record
- SN05149738-F 20181115/181114063556 (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 |