United States - Computed Axial Tomography Radiology Services for NIA Clinical Research Participants

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
10 October 2019
Opportunity publication date
02 October 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Oct 01, 2019 10:30 am

Request for Information/Sources Sought Notice
HHS-NIH-NIDA-SSSA-SBSS-17-237
Computed Axial Tomography Radiology Services for NIA Clinical Research Participants
Contracting Office Address:
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Contracts Management Branch Blue, NIA Section, 6001 Executive Blvd, Rockville, MD 20852, UNITED STATES.
Introduction:
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. 

The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified large business and small business sources, (2) whether they small businesses are small businesses; HUBZone small businesses, service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) large and small business size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.
Background:
The National Institute on Aging (NIA) Intramural Research Program (IRP) Clinical Research Core (CRC) seeks to elucidate normative values and separate normal aging findings from disease states in aging in an effort to prolong disease-free states with age. The CRC serves as an infrastructure to facilitate the creation and development of therapeutic targets for the treatment of age-related disease across the NIA IRP. The CRC performs research in various protocol studies that have direct clinical applications to human aging and disease states. NIA recruits voluntary participants to take part in the various research protocol studies performed by the CRC staff. Many of these studies require computed axial tomography (CAT) radiology testing for which the NIA requires on-site support services.
Purpose and Objectives for the Procurement:
The purpose of this acquisition is to procure computed axial tomography (CAT) radiology services for National Institute on Aging (NIA) human clinical research participants on an indefinite-delivery indefinite-quantity basis.
Project Requirements:
The Contractor shall provide computed axial tomography (CAT) radiology services to the National Institute on Aging (NIA) Clinical Research Core (CRC) as follows:
1. Provide facilities and equipment for head and total body computer axial tomography (CAT) scan radiology testing at MedStar Harbor Hospital, 3001 S. Hanover Street, Ground Floor, Room GNM32, Baltimore, MD 21225 where the NIA CRC operates.
2. Perform CAT scan radiology tests on NIA volunteer research participants as needed under credentialed NIA IRP physician or nurse practitioner orders.

a. Tests shall include CAT Scan Services (CPT Codes 76497 BC-BLSA CT PROTOCOLS and 77078 BC-CT BONE DENSITY AXIAL SKEL), and other head and total body CAT scan tests as required based on Institutional Review Board (IRB) approved research protocols.
b. A minimum of 12 and a maximum of 16 scans shall be required per week, or a minimum IDIQ contract quantity of 624 scans and a maximum of 832 scans per year, or 4,160 scans maximum for the IDIQ contract over five years
3. Tests shall be performed as scheduled. Tests shall be scheduled based on faxed requests provided to the Contractor by the Government. The Contractor must accept fax communication.
4. Upon completion of radiology tests, research participants shall be provided with a CD copy of the radiology results in DICOM format to take back to the NIA IRP staff.
5. Store and Maintain CAT scan radiology testing data in DICOM formatfor 48 hours after delivery in CD hard copy to the research participant. Retrieve this information for the Government within this timeframe as requested by the Contracting Officer's Representative. Destroy testing data after the 48 hours have elapsed unless otherwise indicated by the Government.
6. Contractor must be a "covered entity" under the Health and Portability and Accountability Act of 1996 (HIPPA) and agree to comply with the requirements thereof pertaining to patient privacy.
7. All radiology services must be provided between the hours of 7:00 AM and 5:00 PM local time Monday through Friday by American Board of Medical Specialities-certified, or equivalent, radiologists with the following qualifications:
a. Successful completion of a residency program in radiology which was accredited by the Accreditation Council for Graduate Medical Education. The contractor shall provide certificates of such completion for all radiologists supporting this requirement upon request.
b. A valid and unrestricted radiology medical license issued by a state, territory, or commonwealth of the United States of America. The licenses must be valid for the entirety of the requirement period(s) of performance and must be available upon request.
c. Basic Cardiac Life Support Certification and Advanced Cardiac Life Support Certification. Certification documents must be available upon request.
Government Furnished Property:
No Government furnished property shall be provided. Data, will be provided to the Contractor for performance of work efforts. All data provided to the Contractor must be treated as confidential and potentially personally identifiable and must be handled securely in accordance with the Health and Portability and Accountability Act of 1996 (HIPPA).
Travel:
No Contractor travel is authorized or required.
Confidentiality:
The Contractor must be fully compliant with the Health and Portability and Accountability Act of 1996 (HIPPA).
Additionally, the Contractor must protect confidential information associated with this requirement. Confidential Information means information or data of a personal nature about an individual, or proprietary information or data submitted by or pertaining to an institution or organization. The Contractor will have access to confidential and personally identifiable information regarding clinical research participants in the process of performing this requirement. Confidential Information or records must not be disclosed by the Contractor without written authorization from the Contracting Officer. Whenever the Contractor is uncertain with regard to the confidentiality of or a property interest in information under this contract, the Contractor must consult with the Contracting Officer prior to any release, disclosure, dissemination, or publication.
Anticipated Contract Type:
An Indefinite Delivery Indefinite Quantity contract is contemplated. The order is anticipated to be sourced via the Open Market on a single-source basis and is expected to exceed $150,000. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT).
Period of Performance/Delivery Requirements:
The required period of performance is January 1, 2020 through December 31, 2024.
Place of Performance:
The place of performance is the Medstar Harbor Hospital located at 3001 S. Hanover St., Baltimore MD 21225.
Capability Statement:
Contractors that believe they possess the ability to provide the required support services should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. 

The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required support services, 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Contractors must also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. 

Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number.

All capability statements sent in response to this Sources Sought Notice must be submitted to Jon Gottschalk, Contracting Officer, via email at jon.gottschalk @nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered.

Note:
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates negotiation of an indefinite-delivery indefinite-quantity contract.

Opportunity closing date
10 October 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Health and Human Services National Institute on Drug Abuse United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?