Skip to main content

An official website of the United States government

You have 2 new alerts

J065--Sources Sought for Physicist Inspection Services

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Oct 19, 2022 12:54 pm EDT
  • Original Response Date: Oct 26, 2022 09:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 10, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J065 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 541690 - Other Scientific and Technical Consulting Services
  • Place of Performance:
    W.G Bill Hefner Veterans Affairs Medical Center 1601 Brenner Avenue Salisbury , NC 28144
    USA

Description

Page 2 of 3 This is a Sources Sought Notice for a Certified Medical Physicists to perform services at the Salisbury VAMC and its outlying areas (Charlotte HCC, Charlotte CBOC and Kernersville HCC). Please respond if you have the ability and intent to complete this requirement. Include in your response a copy of your capabilities statement and FSS or GSA Contract Number, if applicable. This Sources Sought Notice is intended to locate Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and Small Businesses. The anticipated NAICS Code for this requirement is 541690. This is not a Request for Quotation and quotes shall not be reviewed at this time. The Department of Veterans Affairs shall not be responsible for any costs incurred by the contractor as a result of this Sources Sought Notice. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Technical requirements to meet the minimum needs of the Government are as follows: Annual performance and quality control testing on all diagnostic x-ray equipment to include: radiation safety testing, regulatory compliance testing and imaging performance testing of the equipment. Vendor will coordinate annual surveys and quarterly NucMed reports with facility appointed designee/Radiation Safety Officer. Nuc Med surveys to be completed in April/July/October/January. Quarterly NucMed Hot lab quality review of Nuc Med reports (QI Review only). Annual NucMed program review. Annual Inspection on lead aprons, lead gloves and thyroid collars. (365 total items). 2 Additional new equipment certifications (value at highest cost modality, Magnetic Resonance Imaging (MRI). 1 Recertification for post equipment repair: Mammography 2 Recertification for post equipment repair: X-Ray 1 Recertification for post equipment repair: Computerized Tomography (CT). For additional new equipment and recertification s, the vendor is to be able to provide support within 5 business days after VA has made contact, with the vendor. Vendor will provide completed reports no later than 15 business days after completion of inspections for both NucMed reviews and Annual Surveys to Biomed COR and Salisbury Radiation Safety Officer. Annual inspection will be for the imaging devices in accordance with American College of Radiology (ACR) & Joint Commission requirements. The Contractor shall comply with the Federal/California OSHA Bloodborne Pathogens Standard. Contractors providing any on-site support/services are REQUIRED to have an RepTrax account to conduct business on VA property. The contractor is to sign into RepTrax in advance to obtain a visitor badge/access to the Salisbury VAMC, Charlotte HHC, Charlotte CBOC and Kernersville HCC. If the FSE does not have a valid account one must obtain one prior to performing onsite support. All responses shall be submitted via email by Wednesday, October 26, 2022 at 9:00 AM EST. Responses shall be submitted to David E. Smith at David.Smith78@va.gov. Phone calls shall not be accepted for this notice.

Contact Information

Contracting Office Address

  • 100 EMANCIPATION DR
  • HAMPTON , VA 23667
  • USA

Primary Point of Contact

Secondary Point of Contact





History