SOURCES SOUGHT
H -- Radiation Protection Survey Diagnostic Medical Physicist
- Notice Date
- 11/21/2019 11:48:30 AM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25220Q0131
- Response Due
- 11/25/2019 8:59:59 PM
- Archive Date
- 12/25/2019
- Point of Contact
- Joni DorrContract Specialistjoni.dorr@va.gov
- E-Mail Address
-
joni.dorr@va.gov
(joni.dorr@va.gov)
- Awardee
- null
- Description
- SOURCES SOUGHT SYNOPSISThe Department of Veterans Affairs is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support a requirement for Diagnostic Medical Physics Support or Services for CT, Radiology and Dental Units for the following Veterans Integrated Service Network (VISN) 12 facility: Tomah VA Medical Center in Tomah, WI. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541380 Radiation Testing Laboratories or Services. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Requirements: The qualified diagnostic medical physicist: shall perform imaging equipment CT inspections to ensure compliance with the current American College of Radiology (ACR). shall perform acceptance testing of all new or relocated CT imaging equipment prior to first clinical use. The acceptance testing shall comply with ACR or Mammography Quality Standards Act (MQSA) requirements. shall perform a full inspection of imaging CT equipment after repairs or modifications that may affect the radiation output or image quality. The inspection shall be completed within 48 hours after the facility contacts the contractor.shall provide consultation for additional services as needed, i.e., safety trainingshall perform an in-depth CT protocol optimization review at least annually.shall provide shielding design calculations for each new, replaced, or relocated CT imaging systems. The calculations for each shall comply with the National Council for Radiation Protection and Measurements (NCRP) Report No. 147, and, for dental units, NCRP Report No. 145, and shall be documented in a written report which includes a diagram showing adjacent areas. shall perform a shielding survey to verify the structural shielding was installed per the shielding design report and complies with the design goals.shall assist in the development of a comprehensive technical quality assurance (QA) program (e.g., technique charts, repeat/reject analysis monitoring, monitoring of exposure indices to radiographic image receptors, QA program for display monitors, QA for CT which complies with ACR recommendations. shall review at least annually the QA program.shall perform a follow-up inspection to verify compliance of any necessary corrective action performed to correct deficiencies found.If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address if applicable, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort and documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated.BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES, SOLE SOURCED OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 10:00 am Local Time on November 25, 2019. All responses under this Sources Sought Notice must be emailed to joni.dorr@va.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0f85c3ffc357422880fa4f9ec42fad61/view)
- Place of Performance
- Address: Tomah VA Medical Center;500 E Veterans Street;Tomah, Wi 54660-3105
- Zip Code: 54660-3105
- Zip Code: 54660-3105
- Record
- SN05501131-F 20191123/191122081749 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |