Ohio Bids > Bid Detail

Q522--Interventional Radiology Physician Services - Dayton VAMC

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159119055382030
Posted Date: Mar 8, 2023
Due Date: Mar 14, 2023
Solicitation No: 36C25023Q0402
Source: https://sam.gov/opp/d21bffec0b...
Follow
Q522--Interventional Radiology Physician Services - Dayton VAMC
Active
Contract Opportunity
Notice ID
36C25023Q0402
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 08, 2023 07:37 am EST
  • Original Response Date: Mar 14, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Q522 - MEDICAL- RADIOLOGY
  • NAICS Code:
    • 621111 - Offices of Physicians (except Mental Health Specialists)
  • Place of Performance:
    Department of Veterans Affairs Dayton VA Medical Center Dayton , Ohio 45428
Description
This is a sources sought notice only. NCO 10 intends to issue a Request for Quote (RFQ) for Interventional Radiology Physician services to be performed onsite at the Department of Veterans Affairs Medical Center (VAMC) located at 4100 West Third St., Dayton, OH 45428. Physician(s) hours are 8:00 a.m. to 4:30 p.m. Monday through Friday, every other week, for a total of 1040 hours (0.5 FTE) per year. The Government intends to award a Firm-Fixed Price contract in accordance with FAR Parts 12 and 13. The applicable NAICS Code is 621111 - Offices of Physicians (except Mental Health Specialists) with size standard $16M. The PSC is Q522. The anticipated period of performance is July 1, 2023 through June 30, 2024, with four (4), one-year options to be exercised at the discretion of the government. Responses will not be considered as quotes, nor will any award be incurred by interested parties in responding to this sources sought announcement.

General Description of Services: The VA Radiology Services follow the standards of Abdominal/GU, Breast Imaging, Cardiovascular, General, Interventional, Musculoskeletal, Neuroradiology & guidelines set forth by American College of Radiology (ACR). A contractor providing onsite interventional radiologist services shall provide services that meet or exceed the American College of Radiology Guidelines. All physicians shall be Board Certified per the American Board of Radiology ABR (theabr.org).

Scope of Care: Contractor s physicians shall be responsible for providing Interventional Radiology procedures, including, but not limited to:

Angiography Cryoblation
Balloon angioplasty/stent placement Line insertion
Chemoembolization IVC filters
Cholecystostomy Vertebroplasty
Drain insertions Nephrostomy placement
Embolization Radiologically inserted gastrostomy
Thrombolysis Dialysis access & related interventions
Biopsy TIPS placement
Tumor Ablation Biliary intervention
Endovenous laser ablation of varicose veins
Radiofrequency Neurolysis (medical branch nerves)
Epidural Steroid Injection (cervical, thoracic, lumbar)
Musculoskeletal/joint injections

Requested submittal Information:

Company name and point of contact name, telephone number and email address.

Business size (Is your business large, small, VOSB, SDVOSB, WOSB, etc.)?

If your firm is a Service-Disabled Veteran or Veteran Owned Small business, is it certified with the Small Business Administration s Veteran Small Business Certification (VetCert) at Veteran Small Business Certification (sba.gov)?

Is your firm registered with the System for Award Management (SAM) at SAM.gov | Home. If so, please provide the Unique Entity ID (UEI) number for your firm. If not, please register as soon as possible.

If your company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant SINS.

Does your firm have a website address? Please provide.

Capabilities/Qualifications: A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Description of the capabilities/qualifications/skills your company possesses to perform services described in the scope of work.

Do you need to subcontract any portion of work to provide these services stated herein?

Past Experience: Brief summary of the company history relative to similar requirements. Firm may provide the following information on a maximum of three similar projects for which the responder was a prime or subcontractor.

The name, address, and value of each project.
The Prime Contract Type, Firm Fixed-Price, or Time and Material.
The name, telephone and address of the owner of each project.
A description of each project and why it is relevant to this requirement. Include difficulties and successes.
Your company s role and services provided for each project.

It is requested that the above information be provided no later than Tuesday, 3/14/2023 at 12:00 p.m. Eastern Time. Responses should be emailed to Karen Williams, Karen.Williams4@va.gov.



Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 08, 2023 07:37 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >