Colorado Bids > Bid Detail

Q702--Medical Physics Radiation Safety Officer NEW B+4 - 554

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159050776558638
Posted Date: Jul 18, 2023
Due Date: Jul 28, 2023
Solicitation No: 36C25923Q0663
Source: https://sam.gov/opp/819b87cfc9...
Follow
Q702--Medical Physics Radiation Safety Officer NEW B+4 - 554
Active
Contract Opportunity
Notice ID
36C25923Q0663
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
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: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jul 17, 2023 05:41 pm MDT
  • Original Date Offers Due: Jul 28, 2023 04:00 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Q702 - TECHNICAL MEDICAL SUPPORT
  • NAICS Code:
    • 541690 - Other Scientific and Technical Consulting Services
  • Place of Performance:
    Department of Veterans Affairs Eastern Colorado Health Care System Aurora , CO
    USA
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation 36C25923Q0663 is issued as a request for quote (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FY23.08B 06/06/2023, FAC 2023-03 05/26/2023. No telephone requests will be accepted. Only written requests received directly from the offeror are acceptable. The associated North American Industry Classification System (NAICS) code for this procurement is 541690, with a small business size standard of $ 16.5 Million. This solicitation is 100% set-aside for SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (SDVOSBs). IF OFFEROR IS A GSA SCHEDULE HOLDER, ALL INFORMATION REQUESTED IN THIS NOTICE MUST BE PROVIDED, NOT JUST THE OFFEROR S SCHEDULE NUMBER
The following is a list of the contract line-item numbers, quantities and units of measure including options.
CLIN
DESCRIPTION
QTY
UNIT
UNIT
COST
TOTAL COST
0001
Radiation Safety Officer.
Base Year : August 01, 2023 through July 31, 2024
1
YEAR
$__________
$__________
1001
Radiation Safety Officer.
Option Year 1: August 01, 2024 through July 31, 2025
1
YEAR
$__________
$__________
2001
Radiation Safety Officer.
Option Year 2: August 01, 2025 through July 31, 2026
1
YEAR
$__________
$__________
3001
Radiation Safety Officer.
Option Year 3: August 01, 2026 through July 31, 2027
1
YEAR
$__________
$__________
4001
Radiation Safety Officer.
Option Year 4: August 01, 2027 through July 31, 2028
1
YEAR
$__________
$__________
TOTAL COST ALL CLINS,
BASE YEAR PLUS OPTION YEARS $___________________

PERFORMANCE WORK STATEMENT - CERTIFIED HEALTH PHYSICIST / RADIATION SAFETY OFFICER SERVICES
The Contractor shall furnish to and at the VA Eastern Colorado Health Care System (ECHCS), a Certified Health Physicist/Radiation Safety Officer for Radiation Safety Services described herein. Services, when required, shall include all scope of work in accordance with VA National Health Physics Program (NHPP) requirements, the Nuclear Regulatory Commission (NRC) requirements, and local directives pertinent to the governance, practice, and implementation of a comprehensive Radiation Safety Program to support the daily operations of the VA Eastern Colorado Health Care System.

REQUIREMENTS:
Performance by Contractor
The Contractor shall provide a Certified Health Physicist (CHP) who meets Radiation Safety Officer (RSO) qualification requirements under Title 10, Parts 33 and 35 of the Code of Federal Regulations to perform all duties of a Radiation Safety Officer in a Veterans Health Administration (VHA) facility. A Certified Health Physicist (CHP)/Radiation Safety Officer (RSO) is a required position to oversee the management of a comprehensive Radiation Safety Program at the VA Eastern Colorado Health Care System (ECHCS). This individual must be eligible to be named as a RSO in accordance with VA National Health Physics Program (NHPP) requirements on a radioactive license issued by the Nuclear Regulatory Commission (NRC) or an Agreement State with an equivalent scope of use as ECHCS or can obtain a preceptor-signed attestation [e.g., NRC Form 313A(RSO)] by a named RSO for medical uses including experience with radiation safety associated with research uses. The CHP/RSO shall be responsible for implementing the ECHCS Radiation Safety Program to comply with NRC regulations and conditions of the ECHCS radioactive materials permit. The awardee shall organize and integrate all radiation safety processes throughout the ECHCS, protect the health of individuals from ionizing radiation, protect the environment from contamination of radioactive materials, and ensure compliance with local, state and federal regulations (i.e., Joint Commission on Accreditation of Health Care Organizations (JCAHO), American College of Radiology (ACR), Federal & Drug Administration (FDA), National Health Physics Program (NHPP), and the Nuclear Regulatory Commission (NRC) concerning radiation exposure and handling of radioactive materials with the following requirements:
The Contractor shall provide a Certified Health Physicist (CHP) who meets Radiation Safety Officer (RSO), Magnetic Resonance Imaging (MRI) Safety Officer, Qualified Medical Physicist (QMP), Mammography Quality Standard Acts (MQSA), and National Health Physics Program (NHPP) requirements. The CHP/RSO shall be able to perform all duties required of a Radiation Safety Officer in a Veterans Health Administration facility in implementing a comprehensive Radiation Safety Program in accordance with VA National Health Physics Program (NHPP) requirements on a radioactive license issued by the Nuclear Regulatory Commission (NRC).
All CHP/RSOs performing services shall be board certified or board eligible from one of the following boards: American Board of Radiology, American Board of Health Physicists, or American Board of Medical Physics.
The RSO must be approved by a permit amendment from the VHA National Health Physics Program.
Board eligibility must be maintained throughout the contract period of performance.
The contracted CHP/RSO shall have at least one year of supervised medical experience under a Medical Radiation Officer with a signed attestation for verification. The CHP/RSO shall also have experience with radiation safety associated with medical machine sources.
The contracted CPH/RSO will provide a minimum of two key personnel who will be required to be fully vetted under the procurement to ensure there is no lapse in coverage for the duration of the contract

Per VHA Directive 1105, the VA Medical Facility Radiation Safety Officer shall be responsible for completing day-to-day actions required by NRC regulations. These include, but are not limited to:

Appendix A. NRC NUREG-1556, Vol. 9, Rev. 3, Appendix 1
VHA Directive 1129, Radiation Protection for Machine Sources of Ionizing Radiation
VHA Directive 1129.01, Mandatory Reporting of Mis-administrations by Therapy Machine Sources of Ionizing Radiation
VHA Directive 1105/04 Fluoroscopy Safety
The contracted CHP/RSO shall update radiation safety-related Standard Operating Procedures (SOPs) as well as Medical Center Policy (MCP) 114-01 Radiation Safety Policy.
The contracted CHP/RSO shall provide expertise, develop, and implement the ECHCS Radiation Safety Program that is compliant with the provisions of the VHA National Health Physics Program (NHPP), Nuclear Regulatory Commission (NRC), and local ECHCS policies which meet NRC regulations and conditions of the ECHCS radioactive materials permit. The CHP/RSO shall conduct periodic audits of the ECHCS Radiation Safety Program and document the finding for recommendations, corrective actions, and/or trainings involving all organizational services (including Research) with radiation source equipment and materials.

The contracted CHP/RSO shall develop and implement Radiation Safety and Magnetic Resonance Imaging (MRI) Safety programs to meet or exceed VHA MRI Handbook 1105.05 and industry standards that is compliant with the provisions of the VHA National Health Physics Program (NHPP), Nuclear Regulatory Commission (NRC), and local ECHCS policies. The CHP/RSO shall address radiation safety matters that affect the organization and provide resolutions to meet radiation safety regulations. The CHP/RSP shall set the agenda for each radiation safety and/or MRI safety committee meetings as required by the ECHCS Radiation Safety Committee Charter and maintain meeting minutes for official records. ECHCS or the CHP/RSO may request to meet more frequently if necessary.

The CHP/RSO shall conduct periodic audits of the Radiation Safety and Magnetic Resonance Imaging (MRI) Safety programs and document the finding for recommendations and/or corrective actions.
CHP/RSO shall serve as co-chair for the Radiation Safety Committee
The CHP/RSO shall comply with the management oversight guidelines, radiation safety practices, and RSC tasks and required in the current revision of VHA Directive 1105, inclusive of obtaining RSC minutes review and signature by the facility Director not more than 45 days after the date of the RSC meeting.

The Contractor shall be located within one (1) hour or a 60-mile radius of the Denver VA Medical Center (DVAMC) in Denver, Colorado. The contractor shall respond to the VA within one (1) hour for emergencies. Travel to other ECHCS facilities in Colorado Springs, Golden, Pueblo, and other sites within the Veterans Integrated Service Network (VISN) 19 is also required.

Rocky Mountain Regional Denver Veterans Affairs Medical Center - 1700 N. Wheeling Street, Aurora, CO 80045.
Colorado Springs CBOC - 3141 Centennial Blvd., Colorado Springs, CO 80907-4094.
Golden CBOC - 1020 E Johnson Rd, Golden, CO 80401
Pueblo CBOC - 4776 Eagleridge Cir, Pueblo CO 81008

The contracted CHP/RSO shall have the capability of performing equipment surveys across the healthcare system during the life of the contract.
The CHP/RSO shall be able to perform the required surveys of current and/or subsequent replacement general imaging equipment including but not limited to General Radiology (Gen Rad), Ultrasound (US), Computerized Tomography (CT), Magnetic Resonance Imaging (MRI), Nuclear Medicine (NM), Positron Emission Tomography (PET/CT), Mammography, and other imaging equipment across the healthcare system that falls within the Radiation Safety Program.
Contractor shall perform physicist checks/acceptance testing after all major adjustments, changes, or repairs to Imaging equipment (i.e., replacement or repair of components such as an x-ray tube or detector assembly) within 72 hours of being notified when equipment is ready to be returned to service. CHP/RSO will be available for consultation regarding when acceptance testing is required.

The contracted CHP/RSO shall be physically onsite during the entire duration of surveys and/or inspections. These surveys and/or inspections include but are not limited to Joint Commission on Accreditation of Health Care Organizations (JCAHO), American College of Radiology (ACR), Federal & Drug Administration (FDA), Mammography Quality Standard Acts (MQSA), National Health Physics Program (NHPP), Nuclear Regulatory Commission (NRC), and Office of Inspector General, State, Federal and/or other agencies that regulate radiation usage. ECHCS will notify the Contractor of any visits, planned or unplanned, immediately upon notification to Imaging Service leadership. Contractor shall schedule a CHP/RSO to be present for all pre-planned inspections and supply a CHP/RSO within two hours of notification of an unannounced inspection.

The contracted CHP/RSO shall use procedures and engineering controls to regulate radiation doses as low as is reasonably achievable (ALARA) for occupational staff and visitors to ECHCS. The CHP/RSO shall provide and procure dosimetry rings and film badges to current staff and new employees across the entire healthcare system that require radiation monitoring. The CHP/RSO shall also educate current staff and new employees on safety pertaining to radiation monitoring practices.
The contracted CHP/RSO shall annually review protocols for similarities with industry best practices per the American Association of Physicists in Medicine (AAPM). All CT protocols will be reviewed annually with emphasis on all CT Head, CT Abdomen, and High-Resolution CT Chest protocols, per AAPM.

Disasters and Emergency Situations
The Contractor shall develop and implement a radiation disaster program for disasters and emergent situations (i.e., radioactive hazardous spills or mass casualties due to radiation) for a major medical facility in accordance with local, state and federal regulations (i.e., Joint Commission on Accreditation of Health Care Organizations (JCAHO), American College of Radiology (ACR), Federal & Drug Administration (FDA), National Health Physics Program (NHPP), and the Nuclear Regulatory Commission (NRC)). The CHP/RSO shall organize and integrate radiation safety processes for all possible effects of radiation source(s) and make recommendations that impact the safety of the organization during normal operational requirements and emergent situations.
The contracted CHP/RSO shall be familiar with the organization s Emergency Preparedness Plan to determine the role and responsibilities of the CHP/RSO for radioactive spills, mass casualties due to radiation, and drills. The CHP/RSO shall make the best determination on best possible methodology for organizing radiation monitoring systems and radiation decontamination requirements during these situations.
The contracted CHP/RSO shall represent the organization and/or coordinate with other with local, state, and federal agencies to ensure communication, situational awareness, and recommendations of current state and post-operations requirements.
Performance Surveys and Audits
The Contractor shall provide medical physics performance and compliance evaluations of all ECHCS radiation producing equipment, shielding, and protocol review. The Contractor shall travel to multiple facilities and provide his/her own transportation to sites at no additional cost to government. The Contractor shall perform site visits to ECHCS locations as frequently as required at no additional cost to the government. The Contractor shall use his or her own equipment to complete all required work. The Contractor shall provide copies of ALL survey results to the Safety Office, Imaging, Dental, and Bio Medical Engineering services as well as other ECHCS services as applicable. Imaging and Bio Medical Engineering supervisors shall be immediately notified of any discrepancies that pose a safety risk to staff or patients at the ECHCS. Final reports shall be provided within seven (7) working days of work completion and shall be emailed to the recipients requesting the services. Request for additional copies must be provided within twenty-four (24) hours of the request at no additional cost to the government. The Contractor shall not place limitations on the number of duplicates requested. Any delays must be approved by the Imaging Service Chief.
The Contractor shall complete Shielding Integrity Evaluations and Room Scatter Surveys on initial/acceptance tests to ensure compliance with local, state, and federal regulations (i.e., Joint Commission on Accreditation of Health Care Organizations (JCAHO), American College of Radiology (ACR), Federal & Drug Administration (FDA), National Health Physics Program (NHPP), and the Nuclear Regulatory Commission (NRC)).
The Contractor shall provide all equipment including phantoms necessary for testing. The Contractor shall be responsible for any closeout surveys that are required when an area will no longer be utilizing radiation.
The Contractor shall provide shieling and design calculations for each new or replacement Imaging system or scanner.
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.
Surveys and audits to include but are not limited to:
Diagnostic Radiology and Special Procedures Survey
Exit review with key personnel.

Medical physics performance and compliance evaluations of all radiation producing equipment.

Equipment surveys performed in accordance with applicable FDA, state, and local regulations and ordinances.

Shielding integrity evaluations and room scatter surveys performed on initial/acceptable tests to ensure compliance with the FDA.

Evaluations performed in accordance with applicable Accreditation Body standards and guidelines. (i.e., JCAHO, ACR, NRC, FDA, MQSA, and NHPP)

Notification of regulatory changes and/or updates.

Survey reports to include:
List of equipment surveyed.
Summary of findings and recommendations.
Measured data for reference by service, regulatory, and Accreditation Body review personnel.
Fluoroscopic skin entrance exposure and scatter diagrams as required by state regulations and Accreditation Body review personnel.
Estimated skin entrance exposures using facility provided techniques for selected examinations. A certificate suitable for posting is provided.
Room scatter survey and shielding integrity evaluations, if applicable.
Annual review of Radiation Safety Program, if requested.
Annual review of Quality Control (QC) Program, if requested.

Diagnostic Ultrasound Survey

Exit review with key personnel.

Medical physics performance and compliance evaluations of all equipment.

Provide annual review of onsite ultrasound Quality Control (QC) program.

Assist with ultrasound accreditation process in accordance with applicable Accreditation Body standards and guidelines. (i.e., American College of Radiology (ACR), Intersocietal Commission for the Accreditation of Vascular Laboratories (ICAVL), American Institute of Ultrasound in Medicine (AIUM), Intersocietal Commission for the Accreditation of Echocardiography Laboratories (ICAEL))

Notification of regulatory changes and/or updates.

Survey reports to include:
List of equipment surveyed.
Summary of findings and recommendations.
Measured data for reference by service, regulatory, and Accreditation Body review personnel.
Annual review of Quality Control (QC) test results, if requested.

CT Medical Physics Survey

Exit review with key personnel.

Medical physics performance and compliance evaluations of all radiation producing equipment.

Equipment surveys performed in accordance with applicable FDA, state, and local regulations and ordinances.

Shielding integrity evaluations and room scatter surveys performed on initial/acceptable tests to ensure compliance with the FDA.

Evaluations performed in accordance with applicable Accreditation Body standards and guidelines. (i.e., JCAHO, ACR, NRC, FDA, MQSA, and NHPP)

Image quality and performance evaluations for testing scanner performance and accuracy.

Evaluations of hard-copy and soft-copy imaging devices to ensure compliance with applicable Accreditation Body standards and guidelines.

Computed Tomography Dose Index (CTDI) measurements as recommended by the American College of Radiology (ACR).

Notification of regulatory changes and/or updates.

Survey reports to include:
List of equipment surveyed.
Summary of findings and recommendations.
Measured data for reference by service, regulatory, and Accreditation Body review personnel.
CTDIw, CTDIvol, Dose Length Product (DLP), and effective dose for selected exams.
CTDIvol and Radiation Scatter certificates for selected exams.
Annual review of Quality Control (QC) Program, if requested.
Room scatter survey and shielding integrity evaluations, if applicable.

MRI Medical Physics Survey

Exit review with key personnel.

Acceptance testing in accordance with the American College of Radiology (ACR), American Association of Physicists in Medicine (AAPM) and National Electrical Manufacturers Association (NEMA) guidelines and procedures, and equipment bid specification assistance for new MRI units and/or major component upgrades.

Annual performance evaluations that meet the ACR Quality Control (QC) and Standards requirements. This includes measurements for physical and mechanical visual inspections, image intensity uniformity, high contrast spatial resolution, low contrast object detectability, slice thickness accuracy, slice location accuracy, inter-slice radiofrequency (RF) interference, geometric accuracy, artifact evaluation, magnetic field homogeneity, luminance monitoring, percent signal ghosting, soft copy displays, hard copy image evaluations, measurement of RF coil quality control, reviews of onsite technologist QC program, and clinical protocol evaluations.

Annual performance testing on all RF coils to include signal-to-noise measurements, image intensity uniformity, percent signal ghosting, artifact evaluation, and center frequency measurements.

Annual evaluation of magnetic field lines with emphasis on the 5-gauss line in scanning rooms and adjacent areas.

Annual performance review of clinical imaging parameters to ensure that parameters continue to meet or exceed ACR recommendations.

Continuing education credits in the areas of MRI quality control and safety for radiological technologists by the American Society of Radiologic Technologists (ASRT) through an approved accredited body.

Quarterly and/or semi-annual review of the MRI QC and safety program.

Notification of regulatory changes and/or updates.

Survey reports to include:
List of equipment surveyed.
Summary of findings and recommendations.
Measured data for reference by service, regulatory, and Accreditation Body review personnel.
Annual review of Quality Control (QC) test results, if requested.

Nuclear Medicine Audit

Exit review with key personnel.

Quarterly or semi-annual review of nuclear medicine program in accordance with regulations, radioactive materials conditions and applicable Accreditation Body standards and guidelines. (i.e., JCAHO, ACR, NRC, NHPP, American College of Nuclear Physicians (ACNP), Intersocietal Commission for the Accreditation of Nuclear Medicine Laboratories (ICANL))

Spot check of required records.

Observations of clinical practices and radiation safety surveys.

Radioactive sealed source inventory and leak performance testing on applicable sources at required intervals.

Quarterly performance dose calibrator linearity testing.

Quality control performance tests of applicable counters/scalers.

Quarterly and or/semi-annual review of Nuclear Medicine QC and safety program.

Notification of regulatory changes and/or updates.

Annual testing of camera performance. This will include the CT portion of any combined nuclear medicine and CT machine. Camera performance to be tested to meet applicable regulatory requirements. (JCAHO, ACR, ICANL, NHPP or NRC)

Survey reports to include:
List of equipment surveyed.
Summary of findings and recommendations.
Measured data for reference by service, regulatory, and Accreditation Body review personnel.
Annual review of Quality Control (QC) Program, if requested.
Dose calibrator QC reporting forms.
Daily decay and channel constancy forms.
Quarterly linearity decay method; attenuator tube method forms.
Test results for geometrical variation using instrument quality control reporting forms.

PET CT Audit

Exit review with key personnel.

Quarterly or semi-annual review of PET program in accordance with regulations, radioactive materials conditions and applicable Accreditation Body standards and guidelines. (i.e., JCAHO, ACR, NRC, NHPP, American College of Nuclear Physicians (ACNP), Intersocietal Commission for the Accreditation of Nuclear Medicine Laboratories (ICANL))

Spot check of required records.

Observations of clinical practices and radiation safety surveys.

Radioactive sealed source inventory and leak performance testing on applicable sources at required intervals.

Quarterly performance dose calibrator linearity testing.

Quarterly and or/semi-annual review of PET QC and safety program.

Notification of regulatory changes and/or updates.

Annual testing of camera performance. This will include the CT portion of any combined nuclear medicine and CT machine. Camera performance to be tested to meet applicable regulatory requirements. (JCAHO, ACR, ICANL, NHPP or NRC)

Survey reports to include:
List of equipment surveyed.
Summary of findings and recommendations.
Measured data for reference by service, regulatory, and Accreditation Body review personnel.
Annual review of Quality Control (QC) Program, if requested.
Dose calibrator QC reporting forms.
Daily decay and channel constancy forms.
Quarterly linearity decay method; attenuator tube method forms.
Test results for geometrical variation using instrument quality control reporting forms.

Spot check of required records.
Observations of clinical practices and radiation safety surveys.

Radioactive sealed source inventory and leak performance testing on applicable sources at required intervals.

Quarterly performance dose calibrator linearity testing.

Quarterly and or/semi-annual review of PET QC and safety program.

Notification of regulatory changes and/or updates.

Survey reports to include:
List of equipment surveyed.
Summary of findings and recommendations.
Measured data for reference by service, regulatory, and Accreditation Body review personnel.
Annual review of Quality Control (QC) Program, if requested.
Dose calibrator QC reporting forms.
Daily decay and channel constancy forms.
Quarterly linearity decay method; attenuator tube method forms.
Test results for geometrical variation using instrument quality control reporting forms.

Mammography Audit

Exit review with key personnel.
Annual machine inspection to comply with all applicable Mammography Quality Standard Acts (MQSA)/FDA requirements.
Review Quality Control (QC) logs and machine performance parameters.
Survey reports to include:
List of equipment surveyed.
Summary of findings and recommendations.
Measured data for reference by service, regulatory, and Accreditation Body review personnel.
Annual review of Quality Control (QC) Program.
Inspector qualifications as required for MQSA and/or FDA compliance.

Other Services
Assist with radioactive materials license renewal applications and amendments for regulatory and licensing consultations.

Review ECHCS personnel dosimetry records affected or covered under the Radiation Safety Program.

Assist with quarterly and annual as low as is reasonably achievable (ALARA) reviews.

Provide fetal dose estimates for pregnant patients, as requested

Perform calculations for release of patients receiving > 33mCi Iodine (I)-131. Procedures for inpatient I-131 therapy patients must comply with the following requirements:
Prepare the inpatient room prior to admission (i.e. paper the floors, plastic wrap on toilet and faucet handles, cover mattress with protective case, provide just-in-time training for nursing staff. Assistance will be provided by nuclear medicine staff with all the above).
Perform survey of patient to ensure compliance before release.
Remove absorbent paper and plastic wrap from room; assist nuclear medicine with cleaning and wipe testing of room to ensure it is safe for other patient admissions.
Store and monitory any potentially contaminated items until safe for regular waste disposal.

Combined Synopsis/Solicitation Notice

Combined Synopsis/Solicitation Notice

Page 16 of 16
Combined Synopsis/Solicitation Notice
*= Required Field
Combined Synopsis/Solicitation Notice

Page 1 of 16
QUALITY ASSURANCE SURVEILLENC PLAN (QASP)

Required Service
Performance Standard
Acceptable Performance Levels
Method of Surveillance
Corrective Action
Professionalism
Conducts business in a professional manner and in compliance with hospital policy, including attire guidelines. Contractor will greet all staff, patients, and visitors who enter the hospital grounds. All interactions with personnel are done with dignity and respect.
No more than 1 deviation per month. No significant/aggravated deviations as defined by the Contracting Officer in concert with the POC/COR.
Visual observation, reports from hospital staff.
VA will request personnel be replaced at Contractor's expense, and without a lapse in services provided
Timely and Accurate Invoicing
Contractor shall provide itemized invoicing with the correct dates, contractor name and address, contract number, PO number, itemized CLINs, and total for each billing period.
All invoices uploaded into Tungsten monthly in arrears, no more than 2 deviations a quarter.
Certifying official.
Invoices will be refused and contractor will need to resubmit with corrected invoice.
Privacy, Confidentiality, and HIPAA
Contractor is aware of all laws, regulations, policies, procedures relating to Privacy, Confidentiality, and HIPAA and complies with all standards.
Zero breaches of privacy or confidentiality.
Visual observation, compliance checks.
CO notification.
Response Time
Contractor will respond to any ECHCS site within one hour of notification to address any emergent radiation safety concern
No more than on deviation per contract year
Visual observation, COR
CO notification.
Staffing
Contractor will be physically on-site during entire duration of surveys/inspections.
No deviations
Visual observation
CO notification.
Reporting
Quarterly reviews of occupational doses and reporting the analysis at each meeting to the Radiation Safety Committee (RSC)
No deviations
RSC meeting minutes, COR
CO notification.

Combined Synopsis/Solicitation Notice

Combined Synopsis/Solicitation Notice

Page 16 of 16
Combined Synopsis/Solicitation Notice
*= Required Field
Combined Synopsis/Solicitation Notice

Page 1 of 16
PERIOD OF PERFORMANCE
One 1-year Base Period, plus Four 1-year Option periods: August 1, 2023 July 31, 2028

Base Year : August 01, 2023 through July 31, 2024
$__________
Option Year 1: August 01, 2024 through July 31, 2025
$__________
Option Year 2: August 01, 2025 through July 31, 2026
$__________
Option Year 3: August 01, 2026 through July 31, 2027
$__________
Option Year 4: August 01, 2027 through July 31, 2028
$__________

The provision at FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021), applies to this acquisition with the following addendum:
FAR 52.204-7, System for Award Management (OCT 2018);
FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020);
FAR 52.216-1, Type of Contract (APR 1984): The government anticipates the awarding of a single firm-fixed price definitized contract to fulfill this requirement.

The provision at FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS (OCT 2014), applies to this acquisition. (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:

Contract award will be made based on the solicitation response that represents the best value to the Government using a Contracting Officer s Comparative Analysis. Since the Contracting Officer is considering price and other factors, the CO may award to other than the lowest-priced offer. The information below explains the evaluation approach:

The Contracting Officer will make a comparative analysis of all offers against the solicitation, using the following factors to decide which offer(s) represent the best value to the Government:

Factor 1: Technical Quote
The offer shall be evaluated on the conformance to the requirements listed in the Statement of Work. The offeror shall submit a technical quote, that describes the means and methods of successfully performing all work detailed in the SOW to include the personnel being proposed to perform the work. Any training certifications for fulfillment of contract performance should be provided with quote.
Factor 2: Past Performance
Offeror shall provide no more than three references of relatively the same size and complexity. Include the following information for each contract: Name and address of contracting activity (company name), contract number, type of contract, total contract amount, and status, date of award and completion, description and location of contract work, list of major subcontractors if any, Contracting Officer or individual responsible for signing the contract, and their telephone and fax number, and the COR s/Administrator s name, telephone and fax numbers. Offerors may provide information on problems encountered on identified contracts and the offeror s corrective action. Searches in CPARS (Contractor Performance Assessment Reporting System), as well as Past Performance Questionnaires may be utilized.

Factor 3: Price Offerors shall provide one copy of the fully completed Price Schedule in the format listed above. Quoted prices will be evaluated for price realism and reasonableness.

Technical and past performance when combined are more significant than price. Offers will be evaluated to determine which offer provides the best value to the Government, all factors considered.
(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)

A completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) shall be submitted with the offer.

The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Services (NOV 2021), applies to this acquisition, with the following addendum:
FAR 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011);
FAR 52.204-13, System for Award Management Maintenance (OCT 2018);
FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020);
FAR 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6Â months. The Contracting Officer may exercise the option by written notice to the Contractor within fifteen (15) days of the expiration date of the current contract period.
For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows:
The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all quotes relative to each other, and will not affect the ranking of quotes based on price, unless, after reviewing the quotes, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. The `specified' rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause. (End of clause)
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 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 52.223-6 Drug-Free Workplace (MAY 2001);
FAR 52.223-99 Ensuring Adequate Covid-19 Safety Protocols For Federal Contractors (DEVIATION)
FAR 52.228-5 Insurance Work On A Government Installation (JAN 1997);
CL 120 - Supplemental Insurance Requirements: In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract:
(a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers.
(b) General Liability: $500,000.00 per occurrences.
(c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage.
(d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause)

52.232-19 Availability Of Funds For The Next Fiscal Year (APR 1984) Funds are not presently available for performance under this contract beyond SEPTEMBER 30TH OF ANY FISCAL YEAR. The Government s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond SEPTEMBER 30TH OF ANY FISCAL YEAR, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause)

FAR 52.237-2, Protection of government Buildings, Equipment, and Vegetation (APR 1984);
FAR 52.237-3, Continuity of Services (JAN 1991);
VAAR 852.203-70, Commercial Advertising (MAY 2008);
VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (NOV 2020) (DEVIATION);

VAAR 852.204-70 Personal Identity Verification of Contractor Personnel (MAY 2020)
VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION)
(a) This solicitation includes VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.
(b) Accordingly, this contract is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. 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. 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). 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 852.219-77 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction.
As prescribed in 819.7009(c) insert the following clause:
VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (SEP 2021) (DEVIATION)
(a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that
(1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.]
(i) [ ] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6.
(ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.
(iii) Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.
(2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution.
(3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following:
(i) Referral to the VA Suspension and Debarment Committee;
(ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and
(iii) Prosecution for violating section 1001 of title 18.
(b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. The Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed.
(c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate.
(d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or quote. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award.
Certification:
I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror].
Printed Name of Signee: _________________________________
Printed Title of Signee: ________________________________
Signature: ______________________________________________
Date: ___________________________________________________
Company Name and Address: _______________________________
(End of clause)
VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018);
VAAR, 852.270-1 Representatives of Contracting Officers (JAN 2008).
The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2022) applies to this acquisition including the following clauses:
FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020);
FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021);
FAR 52.219-28, Post Award Small Business Program Rerepresentation (SEP 2021);
FAR 52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020);
FAR 52.222-3, Convict Labor (AUGUST 2003);
FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015);
FAR 52.222-26, Equal Opportunity (SEP 2016);
FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020);
FAR 52.222-40, Notice of Employees Rights Under the National Labor Relations Act (DEC 2010);
FAR 52.222-50, Combating Trafficking in Persons (NOV 2021);
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020);
FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021);
FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018);
aFAR 52.222-41 Service Contract Labor Standards (AUG 2018);
FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014);
FAR 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022);
FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2022)

DEPARTMENT OF LABOR WAGE DETERMINATIONS: Department of Labor Wage Determination 2015-5419 Revision Number 23 dated Dec 27, 2022 applies to this acquisition.

Quotes shall include the solicitation number (36C25923Q0661), the proposed unit price, the proposed extended price (for the base and all option years,) any prompt payment discount terms, company name, the company point of contact, address, phone number, fax number, e-mail address, Tax Identification Number, Unique Entity Identifier (UEI) number, and business size status.

The full text of a solicitation provision or contract clause may be accessed electronically at the address(es) below:
          http://www.acquisition.gov/far/index.html
          http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm
All information has been posted and there are no other documents available. Offers are to be submitted electronically to the Department of Veterans Affairs, Network Contracting Office 19 (NCO 19) Rocky Mountain Acquisition Center, 6162 South Willow Drive, Suite 300, Greenwood Village, CO 80111 ATTN: Shanta Harrison, Contract Specialist at Shanta.Harrison@va.gov and NCO19Services1@va.gov no later than 1:00 p.m. Mountain Time on Friday, July 28, 2023. QUOTES SUBMITTED BY FASCIMILE (FAX MACHINE) WILL NOT BE ACCEPTED. PLEASE INCLUDE THE SOLICITATION NUMBER IN THE SUBJECT LINE OF EMAILS SUBMITTED.

Any questions regarding this solicitation must be submitted in writing to the Contracting Officer no later than 5:00 p.m. MT, Thursday, July 20, 2023. All responses to questions received will be posted to the Contracting Opportunities website via an amendment.
Attachments/Links
Contact Information
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 17, 2023 05:41 pm MDTCombined Synopsis/Solicitation (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 >