Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2022 SAM #7505
SOURCES SOUGHT

H -- Radiation Calibration Services

Notice Date
6/16/2022 1:00:25 PM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26022Q0616
 
Response Due
6/22/2022 12:00:00 PM
 
Archive Date
07/22/2022
 
Point of Contact
ROBERT HAMILTON, CONTRACTING OFFICER, Phone: 360-852-9880
 
E-Mail Address
ROBERT.HAMILTON8@VA.GOV
(ROBERT.HAMILTON8@VA.GOV)
 
Awardee
null
 
Description
Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), any other Small Businesses interested and capable of providing items requested, as well as any large businesses. The results from this source sought notice will be used to determine sources and set-aside. The intended contract is a firm-fixed price supply purchase, and a local area set-aside is preferred. The SBA Non-Manufacturer Rule is not applicable. The Department of Veterans Affairs, NCO20 is looking for Radiation Calibration Services for the following: Equipment/Site Table Equipment Item Type Seattle VAMC American Lake VAMC Mt. Vernon CBOC Totals Radiographic 8 2 1 11 Flouroscopic 10 10 Portables 4 4 C-Arms 8 1 9 Mini C 2 1 3 Dexa 2 1 3 Intraoral dental 11 12 3 26 Pano/Cone dental 1 1 1 3 CT 7 1 8 Linac 2 2 PET 2 2 Nuc Med Cameras/SPECT 3 3 MRI 2 2 MRI trailer 1 1 Location Addresses Seattle VAMC: 1660 South Columbian Way, Seattle, WA 98108 American Lake VAMC: 9600 Veterans Drive, Tacoma, WA 98493 Mount Vernon CBOC: 307 S. 13th St Ste 200, Mount Vernon, WA 98274 Statement of Work: Background The Seattle VA Medical Center (VAPSHCS) requires labor to perform the annual calibration Verification of X-ray equipment located at the Seattle VA, American Lake VA, and Mt Vernon CBOC. Scope All work is to be performed onsite at the location of the xray equipment. Sites include Seattle campus, American lake campus, and Mt Vernon CBOC. The equipment to be tested includes X- rays, CT scanners, C-arms, gamma cameras, and MRIs. Testing will include radiation safety tests and annual equipment performance evaluations. Specific Tasks General Requirements: Vendor must provide annual survey services to meet annual requirement of ionizing radiology equipment, nuclear medicine equipment, CT, MRI, etc. per ACR and other radiological CFRC, and other radiological regulatory agencies. Vendor must provide their own test equipment. Test equipment must be calibrated or certified to NIST and other relevant standards and regulations. Calibration certificates must still be valid, and not be expired. Reports documenting the data, results and recommended corrective action for each modality at each facility will be provided to the Imaging Department with additional copies available upon request at no additional cost. At no extra charge, vendor must provide documented experience for the Seattle VA RSO (Radiation Safety Officer) in the clinical CT environment in conducting at least 10 CT performance evaluations under the direct supervision of a board-certified medical physicist. This is to meet Joint Commission standard HR.01.02.05 c20. In addition, the vendor must provide documented experience for the RSO in Rad/Flouro, Dental Xray, C-Arms, Angiography suites, Portable xray units, and MRI surveys. E. Vendor must collaborate with the Seattle VA Medical Center RSO to discuss, plan, improve, and implement our Quality Control and Quality Assurance programs for CT and MRI as required by the Joint Commission. Xray testing includes, but may not be limited to: Integrity of Unit Assembly Collimation and Radiation Beam Alignment kVp Accuracy kVp Reproducibility mA / mAs Linearity Exposure Reproducibility Exposure Timer Accuracy Exposure Timer Reproducibility Beam Quality Assessment (Half-Value Layer) Equipment Radiation Safety Functions Fluoroscopic Low Contrast Resolution Fluoroscopic High Contrast Resolution Fluoroscopic AEC System Performance Fluoroscopic Maximum Entrance Exposure Rate CT Testing includes, but may not be limited to: Scout Prescription and Alignment Light Accuracy Image Thickness Table Travel Accuracy Radiation Beam Width Low-Contrast Performance Spatial Resolution CT Number Accuracy Artifact Evaluation CT Number Uniformity Dosimetry Gray Level Performance of CT Acquisition Display Monitors Gantry Tilt Spatial Distortion CT Number Linearity Image Noise Scatter Radiation Survey Clinical Protocol Review MRI testing includes, but may not be limited to: Table Positioning Console Check Center Frequency Transmitter Gain Geometric Accuracy High Contrast Resolution Low Contrast Resolution Artifact Analysis Magnetic Field Homogeneity Slice Position Accuracy Slice Thickness Accuracy Radio Frequency Coil Checks Soft Copy Displays Image Uniformity and Ghosting Inter-Slice RF Interference Laser Printer Quality Control (if applicable) Nuclear Medicine testing includes, but may not be limited to: Intrinsic field uniformity System field uniformity Planar system spatial resolution Relative sensitivity Energy resolution Maximum count rate Overall system performance for SPECT Physical inspection A review of quality control procedures Repairs. Upon discovery of a malfunction of the system, the Contractor shall immediately notify the using Service. Any repairs shall not be initiated until approval is obtained from the Contracting Officer and the Using Service. If the Contractor has deemed the repairs is outside the scope of the contract, the Contractor shall notify the Contracting Officer in writing with a description of the nature of the repair within 24-hours. Repairs outside the scope of the contract shall be covered under a separate obligation or by Government Purchase Card (GPC). Charges for repairs, labor, and parts shall originated only when required and upon approval being granted by the CO and Using Service. At the VA s option, the Contractor may be requested to provide a price quote for the repair. Performance Monitoring The tasks are well defined and can, therefore, be easily monitored by the Government s Facility Point of contact (POC), who shall represent the government for this process. The contractor performance will be monitored, and the work certified by the POC. The POC will assure contractor quality by routine inspections, product sampling, and monitoring of work while work is being performed. Security Requirements All contractor employees are subject to the same level of investigation as VA employees who have access to VA sensitive information or access to VA facilities. The background investigation includes the following requirements: 1) Completed documentation 2) Fingerprints 3) Completion of OPM s e-QIP Questionnaire. The Contractor is required to fulfill all of the security requirements. The Contractor, upon completion of fingerprinting, and an initial suitability determination, may be authorized tentative access to start the performance period of the contract, but only on condition of completion of all security requirements. This requirement is applicable to all subcontractor personnel requiring the same access. The contractor shall bear the expense of obtaining background investigations. If the investigation is conducted by the Office of Personnel Management (OPM) through the VA, the contractor shall reimburse the VA within 30 days. All employees that are not properly badged, as outlined above, must be escorted at all times while at the facility. Other Pertinent Information or Special Considerations All work must be in accordance with all radiological requirements and standards and comply with all Joint Commission Imaging Standards. Inspection and Acceptance Criteria. The POC is responsible for certifying that the work done under this contract is performed to standard. The POC is also responsible to assure the inspection and acceptance of products provided incidental to services. Place of Performance. Work will primarily be performed at the locations identified in the location table. Period of Performance. Base Plus four (4) option years are being considered. Coordinate all services with the Facility POC. Base: 08/01/2022 - 07/31/2023 Opt 1: 08/01/2023 - 07/31/2024 Opt 2: 08/01/2024 - 07/31/2025 Opt 3: 08/01/2025 - 07/31/2026 Opt 4: 08/01/2026 - 07/31/2027 10. Hours of Work. This contract is a full-service contract to include all necessary scheduled service calls five (5) days per week, Monday through Friday, 7:00 am 4:00 pm, excluding National holidays. Any service performed during other than normal work hours must have prior approval and coordinated with the Facility POC or CO. If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. 11. Delivery Schedule. SOW Task # Deliverable Title Format Number Calendar Days After CO Start 1 Invoice for work Contractor determined format. 1 hard copy or 1 emailed copy Within 30 days of completion of work. 2 Reports documenting the data, results and recommended corrective action for each modality at each facility Contractor Determined format. 1 hard copy or 1 emailed copy Within 30 days of completion of work. (End SOW) Potential contractors shall provide, at a minimum, the following information to robert.hamilton8@va.gov. 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 811219 Other Electronic and Precision Equipment Repair and Maintenance. To be considered a small business your company must fewer than $22 Million in annual receipts. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. 5) Any company that responds to this sources sought must be certified to perform this type of service and provide proof of such certification. Please provide a proof of certification. 6) This requirement requires all potential sources to outline how they will meet the radiological calibration requirements and adherence to all established FDA and Joint Commission Standards (attached). 7) If your company is not from the Puget Sound area, please provide how service will be performed and the timeliness requirement of the services. 8) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination. Responses are due by 06/22/2022 3:00 PM EST, to the Point of Contact. Service Address: See location table Point of Contact: Robert Hamilton Contracting Officer robert.hamilton8@va.gov 360-852-9880
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/12f723382b214b42b4ed8f5aa6d5da55/view)
 
Place of Performance
Address: PUGET SOUND HEALTHCARE SYSTEM VARIOUS 1660 S. COLUMBIAN WAY, Seattle, WA 98108, USA
Zip Code: 98108
Country: USA
 
Record
SN06361618-F 20220618/220616230122 (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 |
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.