The RFP Database
New business relationships start here

Teleradiology Services for Cleveland VAMC and Columbus VAACC


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

This request for information/sources sought notice is for information and planning purposes only, and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). In accordance with FAR Part 10, Market Research, this notice is to identify entities that have the resources and capabilities to provide Teleradiology Services for two locations 1) Louis Stokes Cleveland Department of Veterans Affairs Medical Center (LSCVAMC), an operative complexity level 1a. facility located at 10701 East Blvd, Cleveland, OH 44106, and 2) Chalmers P. Wylie Ambulatory Care Center (VAACC) located at 420 N. James Rd, Columbus, OH 43219.
All interested contractors are invited to provide information to contribute to this market survey. The Principle NAICS Code is 621512, Diagnostic Imaging Centers with a business size standard of $15.0 Million. The intended contract period will be for a one base year and four, one-year option periods. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this announcement.
General Requirements:
The Contractor s radiologists providing teleradiology services must be Board Certified in Radiology. Services shall be consistent with The Joint Commission (TJC) and meets or exceeds VA and the American College of Radiology Guidelines.
Contractor shall provide sufficient specialty and subspecialty coverage (approximately 60 radiologists) for interpretations of Diagnostic Imaging procedures as a 24/7/365 service, to include 24/7/365 in house IT support. Coverage for specialties relevant to off hours cases include neuroradiology, cross-sectional imaging, and general emergency radiology. Coverage during standard tour of duty includes but is not limited to expertise in neuroradiology, cross-sectional imaging, musculoskeletal radiology, chest and/or cardiovascular radiology, women s imaging, nuclear medicine including PET/CT with FDG and other PET agents and MRI images of the body, the breasts and the heart. The estimated number of cases for the base year is 41,000.
Contractor equipment must be capable of a multi-protocol label switching (MPLS) connection operating at a speed of at least 400 megabits per second with the burst capability of a one (1) gigabit per second burst to support timely delivery of large image data sets. The teleradiology vendor shall provide around the clock IT support with the in-house expertise to build and maintain Health Level-7 (HL-7) interfaces.
Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 10 pages in length, single spaced, 12-point font minimum. The Government will not review any other data or attachments that are in excess of the 10 pages. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements.

Interested and Capable Companies shall furnish the following minimum information:

Business name, DUNS Number, person of contact name including telephone number, address, email address, and company website.

Business size and small business size classification if applicable (e.g. Service Disabled Veteran-Owned, Veteran-Owned, Women-Owned, Disadvantaged Small Business, 8(a) etc.).

Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant SINS.

Capability statement providing clear evidence to substantiate the capacity to fulfill this requirement.

Does your company have the capability to meet the number of board certified radiology physicians that would be required for specialty and sub-specialty coverage?

Does your company have HL-7 interface? Is your company s connection to the internet MPLS capable with a speed of at least 400 megabits per second with a burst capability of a 1 gigabit per second burst? If not, what is your speed?

A summary of previous experience providing the same or similar services for the Veterans Health Administration or other healthcare entities. Provide name, address, person of contact telephone number, email address, and value of each project.

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

Your intent to submit a proposal if a solicitation is issued.

Telephone and faxed responses will not be accepted nor responded to. It is requested that the above information be provided no later than 10/24/2018 at 10:00am Local Time. Responses should be emailed to Karen.Williams4@va.gov.
The results of this market research will assist in the development of the requirement and the acquisition strategy (e.g. small business set-aside, full and open competition, etc.) The VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted as a result of this notice.

Karen.Williams4@va.gov
Contract Specialist

Karen.Williams4@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP