Inactive
Notice ID:36C25220Q0392
SOURCES SOUGHT SYNOPSIS The 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 ...
SOURCES SOUGHT SYNOPSIS The 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 a Diagnostic Medical Physics Support or Services for CT, MRI, Radiographic, Fluoroscopic, Computed Radiography, Digital Radiography, Nuclear Medicine (including Display Monitors) and Dental for the following Veterans Integrated Service Network (VISN) 12 facilities: Clement J. Zablocki VA Medical Center in Milwaukee, WI, Oscar G. Johnson VA Medical Center in Iron Mountain, MI, John H Bradely VA Outpatient Clinic in Appleton, WI and Milo C. Huempfner VA Outpatient Clinic in Green Bay, Wi. THIS REQUIREMENT IS NOT NEEDED UNTIL 10/01/2020. 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: Certified by the American Board of Radiology (ABR) in Diagnostic Medical Physics must provide continuing experience of at least 20 CT units and 20 MRI units annually certified by the American Board of Science in Nuclear Medicine, the American Board of Health Physics and American Board of Radiology in Medical Nuclear Physics must provide continuing experience of at least 20 Nuclear Medicine units annually and must have the ability to operate units shall perform annual imaging equipment (x-ray equipment, fluoroscopy equipment) nuclear medicine cameras, CT units and MRI evaluation to ensure compliance with the current American College of Radiology (ACR) requirements shall perform a full inspection to imaging equipment after repairs or modifications that may affect the radiation output or image quality within two (2) business days after notice of repair shall perform initial/baseline (more comprehensive than routine annual evaluation, as recommended by the ACR) testing of all new imaging equipment prior to first clinical use and will be available to schedule initial/baseline testing within two (2) weeks of notice perform an annual audit of the diagnostic imaging program (all modalities) including QA/(QC)quality control 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, monitoring of dose metrics from fluoroscopy studies), which complies with ACR recommendations, for all modalities shall perform a review of patient skin doses for maximum possible and likely peak skin doses when procedure doses (single or cumulative) are at or exceed 5 Gray (3 Gray for procedures when the beam is in one position) shall provide phone and email consultation on radiation safety and related compliance issues as needed shall provide semi-annual Nuclear Medicine Regulatory Compliance Audits for the Iron Mountain VA Medical Center. The compliance audits shall meet Nuclear Regulatory Commission standards 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 4:00 PM EST on April 6, 2020. All responses under this Sources Sought Notice must be emailed to joni.dorr@va.gov.