The RFP Database
New business relationships start here

SAVAHCS RADIATION PHYSICIST SERVICE


Arizona, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Page 1 of
Page 13 of 37
Page 1 of
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C25819Q0473
Posted Date:
September 12, 2019
Original Response Date:
September 19, 2019
Current Response Date:
September 19, 2019
Product or Service Code:
H165-Quality Control Medical, Dental, and Veterinary Equipment and Supplies
Set Aside:
100% - Total Small Business Set Aside
NAICS Code:
541990-All other Professional-Scientific and Technical Services
Contracting Office Address
Department of Veterans Affairs
Regional Procurement Office West
Network Contracting Office (NCO)-22 Gilbert
777 E. Missouri Avenue, Suite 300
Phoenix, Arizona 85014
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05 Dated 08/13/2019.

The associated North American Industrial Classification System (NAICS) code for this procurement is 541990-All other Professional, Scientific, and Technical Services, with a small business size standard of $15M average annual receipts.

The Department of Veterans Affairs, RPO-West, Network Contracting Office-(NCO) Gilbert is seeking to procure Medical Physicist Diagnostics Radiation Services.

All interested companies shall provide a quotation for the following:
Introduction:
The Southern Arizona VA Health Care System (SAVAHCS), Sierra Vista VA Clinic, Casa Grande VA Clinic and Yuma VA Clinic have a need for continued a Radiation Physicist Services and consultation and training. The contractor shall provide quality control surveys and certifications of radiographic equipment.

Equipment:

1) Two Radiography and Fluoroscopy (R&F) unit each two x-ray tubes (4)
2) Six DR rooms each one x-ray tube
3) Two Dexa Scan units each one x-ray tube
4) Two Operating Rooms (OR) units each one x-ray tube
5) One Lithotripsy unit one x-ray tube
6) One CT scanner one x-ray tube
7) One Dual Energy CT scanner- two x-ray tubes
8) One Positron Emssion Tomography (PET)/CT scanner one x-ray tube
9) One Mammo unit one x-ray tube
10) Two Cath. Labs each one x-ray tube
11) Two Angio Labs each one x-ray tube
12) Four portable x-ray units each one x-ray tube
13) Eight C-Arms each one x-ray tube
14) One Kodak 9000 3D and one Kodak 2D Extraoral Imaging Systems - each one x-ray tube
15) Nineteen Kodak 2200 each one x-ray tube
16) Three DR rooms, one each at the CBOC s: Yuma, Sierra Vista, Casa Grande- each one x-ray tube
17) One Siemens Advanto 1T MRI Scanner
18) One Siemens 3T MRI Scanner
19) Philips Skylight NM unit- one x-ray tube
20) Spectrum Dynamics D-Spect NM unit- one x-ray tube
21) GE Optima NM unit- one x-ray tube
Total 67 tubes

Required Services
The Contractor shall provide an American Board of Radiology certified, Medical Physicist. The Medical Physicist shall:

Be required to conduct an annual compliance survey of all Southern Arizona VA Health Care System, Casa Grande VA Clinic, Yuma VA Clinic and Sierra Vista VA Clinic with the skin entrance sticker where applicable to ensure compliance with the current Nuclear Regulatory Commission (NRC), American College of Radiology (ACR), and Mammography Quality Standards Act (MQSA) requirements. Change of times or dates must be coordinated with the above-mentioned department at least one week in advance. Provide written report of results to Radiology Service/Radiation Safety Office (RSO) within five (5) working days of performance of the survey.
Review and analyze radiation exposure records throughout SAVAHCS, including Nuclear Medicine Service, Radiology Service, and ancillary services which have radiation workers and provide appropriate recommendation to reduce exposure to ALARA. Provide results to Imaging Service and RSO within five (5) working days after review. To include initial testing of new and replacement x-ray imaging equipment, prior to first clinical use, as well as testing after repairs that may affect X-ray output or image quality.
Perform radiation safety inspections on all imaging equipment providing final reports to Imaging Service/RSO within 5 days of completion of survey.
Provide consultation for additional services as needed, i.e., safety training.
Review Computed Tomography (CT) protocol optimization once a year.
Provide shielding design calculations for each new or replacement x-ray imaging system. The calculations for each shall conform to National Council on Radiation Protection & Measurements (NCRP) Report No. 147 or, for dental units, NCRP Report 145 and shall be documented in a written report, which includes a to-scale diagram showing adjacent areas.
Establish a skin dose program.
Review the radiation safety programs at all facilities (SAVAHCS, Casa Grande, Yuma, and Sierra Vista) for all applicable services during each site visit.
Evaluate technical Quality Assurance (QA)/Quality Control (QC) program (technique charts, repeat/reject analysis, monitoring, monitoring of exposure indices to radiographic image receptors, QA program for display monitors, QA of CT, monitoring of dose metrics from fluoro studies) annually.
Provide emergency response/on call as needed.
Provide emergency services and other services over and above the scope of the contract. COR will identify work and request quote from contractor. If the services are required, changes will be issued in writing and signed by the contracting officer. Only the Contracting Officer can issue changes to the contract.
The contractor shall comply with all National, State and Federal, VA rules, laws and regulations and maintain compliance with Occupational Safety and Health Administration (OSHA), The Joint Commission (TJC), ACR, Food and Drug Administration (FDA), the Office of the Inspector General, the Nuclear Regulatory Commission, the National Health Physics Program, and the American College of Radiology and Mammography Quality Standards Act (MQSA).
The contractor shall ensure referenced equipment meets NRC/TJC compliance and all Federal and State rules, regulations and laws.
2. Radiation Survey: Contractor shall conduct quality control surveys and certifications of the radiographic equipment listed below. The Contractor shall ensure the radiographic equipment s compliance with applicable federal and state regulatory requirements, and shall include, but not be limited to, monitoring the following basic performance characteristics:

A. All stationary, and mobile x-ray radiographic units, including dental units:
1) kV accuracy and reproducibility
2) Beam quality assessment (HVL)
3) Linearity of output as a function of mA and /or mAs
4) X-Ray Output
5) Tube Head leakage
6) Focal Spot Size
7) Scatter Radiation
8) Timer Accuracy
9) Reproducibility
10) Automatic exposure control performance
11) Entrance exposures for a phantom representing a standard patient and comparison to diagnostic reference levels
12) Collimation and beam alignment
13) Entrance Exposure Rate
14) Evaluation of grids for mobile radiographic units
15) Artifact Evaluation
16) For Direct Radiography (DR) radiographic systems, accuracy of exposure index

B. Computed Radiography (CR):
1) Relative Sensitivity Calibration Test
2) Shading Test
3) Contrast Evaluation
4) Sharpness Test
5) Laser Jitter Test
6) Image Noise/Artifact Test
7) Primary Erasure of Imaging Plate Test
8) Accuracy of Measurement Tools/Scale Test
9) System Linearity Test
10) Exposure index (International Electrotechnical Commission (IEC) or proprietary, e.g., S Number) Calibration.

C. Computed Tomography or CT Scanners: The testing shall substantially conform to the 2012 ACR Computed Tomography Quality Control Manual. The testing of dosimetry shall include verification of the accuracy of displayed patient Ionizing Radiation dose (CTDIvol) values.

1) Review of Clinical Protocols
2) Scout Prescriptions and alignment Light Accuracy
3) Image Thickness Axial Mode
4) Table Travel Accuracy
5) Radiation Beam Width
6) Low-Contrast Performance
7) Spatial Resolution
8) CT Number Accuracy
9) Artifact Evaluation
10) CT Number Uniformity
11) Dosimetry
12) Gray Level Performance of CT Acquisition Display Monitors

D. Fluoroscopes (Including, Interventional Radiology/Cardiac Catherization Lab, Electrophysiology (Ep) Lab, And Mobile C-Arms):
1) kVp accuracy and reproducibility
2) Beam Quality
3) Linearity
4) Reproducibility
5) Automatic exposure rate control performance
6) Fluoroscopy output (exposure rate or dose rate) for a phantom representing a standard patient
7) Fluoroscopy maximum dose rate
8) Collimator alignment
9) Safety evaluation
10) Cine output exposure rate or dose rate for a standard patient and maximum rate
11) High contrast spatial resolution
12) Low contrast spatial resolution
13) Image artifacts
14) Display monitor performance
15) Accuracy of indicated radiation doses metrics (air kerma at the reference point and Kerma Area Product (KAP))

Output for a phantom representing a standard patient and maximal output shall be measured for a variety of modes (continuous and pulsed, normal and mag modes, high dose rate mode, image recording modes, etc.). These shall include modes commonly used clinically. The report shall state the modes used for each measurement. For each C-arm fluoroscope, these data shall be placed in a table suitable for the operators of the fluoroscope.

E. Mammography: Ensures that facility is compliant with ACR, FDA, MQSA and Veterans Health Administration (VHA) standards. The federal MQSA exempts the VA from the requirements of the act. However, Public Law 104-262 requires VHA mammography facilities to meet the basic requirements of the MQSA. The VHA requirements are contained in VHA Handbook 1105.03, Mammography Program Procedures and Standards.
Documentation must be current and on site to ensure FDA/ACR compliance (Continuing Medical Education (CME), surveyed facilities with mammography, etc.). Inspections of digital mammography equipment must comply with the latest requirements posted on the ACR website for the manufacturer of the unit being inspected. Inspection items may include:
1) Mammographic Unit Assembly Evaluation
2) Collimation assessment
3) Artifact evaluation
4) kVp accuracy and reproducibility
5) Beam quality assessment HVL measurements
6) Evaluation of system resolution
7) Automatic Exposure Control (AEC) function performance
8) Breast entrance exposure, AEC reproducibility and average glandular dose
9) Radiation output rate
10) Phantom image quality evaluation
11) Signal to noise ratio and contrast to noise ratio measurements
12) Viewbox luminance and room illuminance
13) Review workstation (RWS) tests

F. For Magnetic Resonance Imaging (MRI): Perform initial survey/inspection and yearly review of MRI unit ensuring that unit meets ACR requirements to meet accreditation by the ACR.
1) Magnetic field homogeneity
2) Geometric accuracy
3) Inter-slice Radio Frequency (RF) interference
4) Slice position accuracy
5) High contrast resolution
6) RF coil performance
a. Volume coils signal to noise ratio
b. Volume coils image uniformity
c. Volume coils ghosting ratio
d. Phased array coils signal to noise ratio
e. Surface coils signal to noise ratio
7) Slice thickness accuracy
8) Low contrast detectability
9) Soft copy displays
10) Technologist s QC program
11) Site phantom inventory
12) Site RF coil inventory

G. For all Bureau of Radiological Health (BRH) compliance tests, documentation of measured values used to certify compliance shall be provided.
H. Furnish a follow-up inspection to verify compliance of any necessary corrective action performed to correct deficiencies found.
I. Furnish a measured skin entrance dose (in mR or mrem) for each x-ray tube tested using typical technique for the unit under typical tests.
J. Furnish radiation dose rate for each mode of operation for typical prolonged fluoroscopically guided invasive procedures performed on fluoro units.
K. Survey shall be conducted once per calendar year with the intervals between annual inspections not to exceed 14 months as scheduled at mutually agreed upon times between the Imaging Service/RSO and the contractor. Time of inspection is to be coordinated with the Imaging Service/RSO. Any equipment that is under repair at the time of inspection shall be scheduled for a later inspection at no additional expense to the Government. The annual written report is to be completed and submitted during the month of September for the base and option years of the contract, if the Government exercises the renewal option period.

Key Personnel
All work shall commence within one week after receipt of telephonic, written or verbal notification and will proceed progressively without undue delay. All work shall be performed by competent physicists, experienced and qualified to work on the specific equipment, as described in the paragraph entitled Qualified Personnel. All work performed shall be in accordance with established commercial practices.

Key personnel will be identified in the proposal and shall be considered key personnel essential for the successful completion of the work performed under the contract. The contractor agrees that such personnel shall not be removed, diverted or replaced from the work without prior written approval of the Contracting Officer. The contractor shall submit written notice of proposed personnel changes to the Contracting Officer for approval at least thirty (30) business days in advance. No substitutions of key personnel shall be made during the initial 90 days of contract performance unless the key person leaves the employ of the company

All Radiation Physicists performing services under this contract shall be board certified or board eligible. Board Certified - certification from one of the following:
American Board of Radiology,
American Board of Medical Physics or
American Board of Health Physics.

Board Eligible shall provide all of the following documentation:
Must have passed the ABR Medical Physics Part 1 Exam (general and clinical).
Must have completed a Commission on Accreditation of Medical Physics Education Program (CAMPE)- Accredited Residency.
Must also provide documentation of current employment as a medical physicist.

Certification must be maintained throughout the contract performance period. Personnel must have 2-5 years experience in Hospital Medical Physics. Contractor shall provide copies of certifications of all personnel working on this contract.

Management, Supervision and Training:
Contractor shall be responsible for supervising the daily services of their personnel provided under this Contract; and shall provide and document orientation and training programs for all employees regarding safety, equipment management, and patient confidentiality appropriate to the service provided. The Contractor shall have written policies and procedures regarding staff credentials. Contractor shall provide orientation to designated staff to agency policy and procedures. Updates and refreshers shall be provided upon request and when policy, procedures, or processes change. Contractor shall complete background investigations to ensure that employees do not have a record of criminal offenses or substantiated incidents of patient abuse; and, if required to perform their duties, employees are properly licensed and insured to operate motor vehicles.
Quality Control:
The Contractor shall develop a Quality Control Plan which will provide the Contractor s strategy for monitoring performance internally, providing performance information to the Government, and reporting in compliance with the Performance Work Statement. Within the Quality Control Plan, the Contractor shall propose and maintain an established reporting system to promptly notify VA of any problems, issues, risks, or concerns with workflow performance, programmatic improvement, security, and schedule adherence. Quality control is the exclusive responsibility of the Contractor. The work performed under this contract shall be subject to evaluation by the Contracting Officer s Representative (COR) in accordance with the contract terms and conditions.

Conformance:
The contractor shall comply with all State and Federal rules, laws and regulations and maintain compliance with Occupational Safety and Health Administration (OSHA), The Joint Commission (TJC), ACR, Food and Drug Administration (FDA), and MQSA.

Hours of Coverage and Holidays:
Normal hours of coverage are Monday through Friday from 8:00 am to 4:30 pm Arizona time (no daylight savings). All service/repairs will be performed during normal hours of coverage unless requested or approved by the COR or his/her designee.

Federal Holidays observed are:

New Years' Day Labor Day
Martin Luther King Day Columbus Day
Presidents' Day Veterans' Day
Memorial Day Thanksgiving Day
Independence Day Christmas Day

Any other day specifically declared by the President of the United States to be a Federal Holiday. When one of the holidays falls on Sunday, the following Monday shall be observed as a Federal Holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday.

Identification, Parking, Smoking, and VA Regulations:
The Contractor's FSEs shall wear visible identification issued by SAVAHCS and/or VA Clinic Police Section at all times while on the premises of SAVAHCS and/or VA Clinic. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. SAVAHCS or VA Clinic will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at SAVAHCS or VA Clinic. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court.

Information Security:
In accordance with Appendix A, Handbook 6500.6 Checklist blocks 7, the C&A requirements do not apply to this requirement, and Security Accreditation Package is not required. The nature of this requirement is technical; however, there is no information to be protected.

Other Pertinent Information:
Delivery of preventative maintenance shall be coordinated through the Chief of Imaging Services at:

Southern Arizona VA Health Care System (678)
3601 S. 6th Avenue
Tucson, AZ 85723
TBD (520) TBD

Sierra Vista VA Clinic
101 N. Coronado Drive, Suite A
Sierra Vista, AZ 85635
TBD (520) TBD

Casa Grande VA Clinic
1876 E. Sabin Driver, Suite 1
Casa Grande, AZ 85122
TBD (520) TBD

Yuma VA Clinic
3111 S. 4th Avenue
Yuma, AZ 85364
TBD (520) TBD

Check-in procedure: Contractor's representatives shall report to the Radiology Department Chief Radiologic Technologist or designee prior to starting and completing all services. In order to certify payment requests, the representative must leave with the Chief Radiologic Technologist a complete report of the type of services rendered.

Period of Performance:
The period of performance shall be for one base year PLUS up to four (4) option years.

Place of Performance:
Southern Arizona VA Health Care System (678)
3601 S. 6th Avenue
Tucson, Arizona 85723-0001

Sierra Vista VA Clinic
101 N. Coronado Drive, Suite A
Sierra Vista, AZ 85635

Casa Grande VA Clinic
1876 E. Sabin Driver, Suite 1
Casa Grande, AZ 85122

Yuma VA Clinic
3111 S. 4th Avenue
Yuma, AZ 85364

Pricing/Delivery Schedule:



Note all line items are anticipated to be required at award of the contract.B If consultation and training become a need, it will be added by a modification.


The Service Contract Act applies and a Wage Determination will be incorporated into the contract.




Page 1 of 4




Award shall be made to the offeror whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability, (2) past performance, and (3) price.

The full text of FAR and VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html
https://www.va.gov/oal/library/vaar/

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018)
ADDENDUM to FAR 52.212-4 Contract Terms and Conditions Commercial Items
Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.
The following clauses are incorporated into 52.212-4 as an addendum to this contract:
FAR 52.252-2, Clauses Incorporated By Reference (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/
FAR 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011)
FAR 52.204-13, System for Award Management Maintenance (OCT 2018)
FAR 52.217-8, Option To Extend Services (NOV 1999)
FAR 52.217-9, Option To Extend the Term of the Contract (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) years. (End of Clause)
FAR 52.219-6, Notice of Small Business Set-Aside (Deviation 2019-1) B a) B Definition. B Small business concern, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation.
(b) B Applicability. B This clause applies only to
(1) Contracts that have been totally set aside or reserved for small business concerns; and
(2) B Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F).
(c) B General.
(1) B Offers are solicited only from small business concerns. B Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected.
(2) B Any award resulting from this solicitation will be made to a small business concern.
(d)B Agreement.
(1)B For a contract at or below the simplified acquisition threshold, a small business concern may provide the end item of any firm.B For a contract exceeding the simplified acquisition threshold, a small business concern that provides an end item it did not manufacture, process, or produce, shall
(i)B Provide an end item that a small business has manufactured, processed, or produced in the United States or its outlying areas;
(ii)B Be primarily engaged in the retail or wholesale trade and normally sell the type of item being supplied; and
(iii)B Take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice; for example, providing storage, transportation, or delivery.
(2)B Paragraph (d)(1) of this clause does not apply to construction or service contracts.
(End of clause)
FAR 52.232-18, Availability of Funds (APR 1984)
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (AUG 2019)
VAAR 852.203-70, Commercial Advertising (MAY 2018)
The Contractor shall not make reference in its commercial advertising to Department of Veterans Affairs contracts in a manner that states or implies the Department of Veterans Affairs approves or endorses the Contractor s products or services or considers the Contractor s products or services superior to other products or services. (End of Clause)
VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance.
LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (DEVIATION)
(a) This solicitation includes, FAR 52.219-6, Notice of Total Small Business Set-Aside
(b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6.B The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause.B To that end, the support contractor(s) may require access to Contractor s offices where the Contractor s business records or other proprietary data are retained and to review such business records regarding the Contractor s compliance with this requirement.
(c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor s business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.
(d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b).B The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. (End of Clause)
VAAR 852.237-70, Contractor Responsibilities (APR 1984)
The contractor shall obtain all necessary licenses and/or permits required to perform this work.B He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract.B He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Arizona.B Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause)
VAAR 852.270-1, Representatives of Contracting Officers (Jan 2008)
The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract.B Such designation will be in writing and will define the scope and limitation of the designee s authority.B A copy of the designation shall be furnished to the contractor. (End of Clause)
End of Addendum to 52.212-4

The following subparagraphs of FAR 52.212-5 are applicable:
[X] 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note)
[X] 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note)
[X] 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r))
[X] 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2))
[X] 52.222-3, Convict Labor (June 2003) (E.O. 11755)
[X] 52.222-21, Prohibition of Segregated Facilities (Apr 2015)
[X] 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793)
[X] 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627)
[X] 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513)
[X] 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (31 U.S.C. 3332)
[X] 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(13))
[X] 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). (If FAR 22.10 applies & over $2,500)
[X]52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)
[X] 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67)
[X] 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (Solicitations and contracts that include 52.222-6 or 52.222-41 where work is to be performed in whole or part in the U.S.)
[X] 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).
(End of clause)

The following solicitation provisions apply to this acquisition:

FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018)
The following provisions are incorporated into 52.212-1 as an addendum to this solicitation:
Addenda-Solicitation Specifications:
The attached schedule features are the minimum requirement: Requested items are listed under Section 13 Delivery Schedule for a list of Example/Reference Line Items.
Vendor shall provide quote and line items on standard company quote letterhead and attached to the Standard Form SF-1449 and sign solicitation page.
Firm-Fixed Price
FOB Destination See SF-1449 Box 15
Evaluation Criteria See 52.212-2.
This is a Total Small Business Set Aside.
Any additional costs must be clearly indicated in the offers quote.
Contractor shall provide company name, company DUNS number, company address, point of contact, POC email and telephone number with quote submittal on SF-1449.
Shall include intentions of subcontracting program to include set-asides.
Shall submit all request for information in writing via email no later three (3) business days prior to RFQ closing date and time listed on the SF-1449.
Vendor Form included as an Attachment.
Complete the attached Vendor Form and Fax through Secure Fax by close of solicitation. Offer shall provide copy of Fax Transmittal.
SF-1449 is included as an Attachment.
Submit an acknowledgement of all the solicitation amendments, if issued.
Offerors shall submit documentation for providing an American Board of Radiology Certified Medical Physicist who will be assigned to project from one of the following:
American Board of Radiology, American Board of Medical Physics or American Board of Health Physics.

Or

Board Eligible and shall provide all of the following documentation:
Must have passed the ABR Medical Physics Part 1 Exam (general and clinical).
Must have completed a Commission on Accreditation of Medical Physics Education Program (CAMPE)- Accredited Residency.
Must also provide documentation of current employment as a medical physicist.

FAR 52.204-7, System for Award Management (OCT 2018)
VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer.B Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference.B Copies may also be obtained from the contracting officer.
End of Addendum to 52.212-1

52.212-2, EVALUATION COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Award will be made to the lowest priced technically acceptable offer.
Basis for Award
1. Technical Capability
2. Price
3. Past Performance

All factors will be considered based solely on the offer provided. Each offer will be evaluated separately utilizing overall narrative rating of: Acceptable or Unacceptable

Factor 1 Technical Capability
Shall demonstrate in response submittals that contractor can perform service support in accordance with SOW specifications in all of Section 2 and provide a Board Certified or Board Eligible Radiology Medical Physicist in Section 3, paragraph 3. Offers who cannot provide board certified or board eligible medical physicist key personnel documentation will be considered unacceptable.
Factor 2 Price. Proposed pricing for the base and four options will be evaluated to determine the lowest price.
Factor 3 Past Performance The Government will review available past performance data in the Past Performance Information Retrieval System (PPIRS), and Contractor s Performance Assessment Reporting System (CPARS). Contractor must have a satisfactory rating to be considered technically acceptable. Any rating below satisfactory will be considered unacceptable.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)

FAR 52.212-3, Offerors Representations and Certifications Commercial Items (OCT 2018)
Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.
FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998)
http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR)





This is an open-market combined synopsis/solicitation for Medical Physicist Diagnostics Radiation Services, as defined herein.B B The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quote shall list exception(s) and rationale for the exception(s).

All quotations shall be submitted by email to sheri.eiri@va.gov. All quotations are due no later than Thursday, September 19, 2019, by 12:00 pm AZ Local Time by email to sheri.eiri@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Sheri Eiri, Contract Specialist at sheri.eiri@va.gov. No telephone calls will be accepted.

Point of Contact
Point of contact for this solicitation is Sheri Eiri, Contract Specialist.

Sheri Eiri, Contract Specialist

SHERI.EIRI@VA.GOV

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP