Arizona Bids > Bid Detail

H266--Radiation Dosimetry Services -New Requirement

Agency:
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159628866605743
Posted Date: Jan 19, 2024
Due Date: Jan 31, 2024
Source: https://sam.gov/opp/7c70653082...
Follow
H266--Radiation Dosimetry Services -New Requirement
Active
Contract Opportunity
Notice ID
36C26224Q0447
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
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: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jan 19, 2024 02:19 pm MST
  • Original Date Offers Due: Jan 31, 2024 04:00 pm MST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: H266 - EQUIPMENT AND MATERIALS TESTING- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 541380 - Testing Laboratories and Services
  • Place of Performance:
    Department of Veterans Affairs Tucson , AZ 85723
    USA
Description
Description
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.
This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04, effective 06/02/2023.
This solicitation is set-aside for: 100% Service-Disabled Veteran Owned Small Business (SDVOSB)
The associated North American Industrial Classification System (NAICS) code for this procurement is 541380 with a small business size standard of $19.0 Million.
The FSC/PSC is H266.
The Department of Veterans Affairs, Network Contracting Office 22 is seeking a contractor to provide Radiation Dosimetry supply, process, evaluate, packing, and shipping of dosimeters, and maintain records for dosimeter exposures/supply. Additionally, the vendor will report exposures in an efficient manner, and which meets all applicable regulatory requirements at the West Los Angeles Veterans Affairs Healthcare System Facility (WLAVA). WLAVA is located at 11301 Wilshire Blvd., Los Angeles, CA 90073.
All interested companies shall provide quotations for the following:
5. The Radiation Dosimetry Service provider must be able to store the following information:
a. Committed Dose Equivalent (CDE) organ
b. Committed Effective Dose Equivalent (CEDE) organ
c. Intake quantity and Radionuclide
d. Solubility Class
e. Description of Internal Deposition
6. The Radiation Dosimetry Service provider must be able to provide evidence of the following:
a. Maintain an in-house quality assurance program.
b. Minimum five years of experience as a dosimetry processor.
c. Satisfactory performance record with NVLAP in all germane categories.

The dosimetry provider must provide radiation monitoring services that meet the following criteria:
1. All radiation dosimetry services must meet current 10 CFR Part 20 reporting and recording requirements including appropriate controls to ensure the protection of personally identifiable information (PII). There must be a method to securely transmit PII between the vendor and the customer (e.g. via a secure internet site). The PII that will be transmitted includes full names, social security numbers, and dates of birth.
2. Reports of radiation exposures must be made on Nuclear Regulatory Commission (NRC) Form 4 and NRC Form 5 or their equivalent. Reports must also be supplied electronically to the VA GLA Radiation Safety Officer upon request in a format which meets the NRC "REMIT" format.
3. On-line support for on-line exposure reports, shipment tracking and account maintenance transactions (i.e. dosimeter add/delete/reactivate administrative capabilities, spare badge assignments, addition of previous exposure history to current records).
4. On-line support shall provide unlimited access to a helpline or equivalent.
5. 24-hour emergency dosimeter processing service upon request.
6. Exposure reports shall be submitted to VA GLA Radiation Safety Officer within 8 working days from receipt of dosimeters.
7. A separate fetal dosimetry monitoring service program which includes cumulative totals on exposures from year to year.
8. As Low As Reasonably Achievable (ALARA) notification and immediate phone notification and faxed memo for high exposures for any processed dosimeter exceeding specified ALARA trigger limits.
9. Termination report summaries of personnel radiation exposures shall be supplied within 30 days of notice of terminating a participant badge.
10. ALARA report summaries will be submitted on a quarterly basis with an additional annual ALARA review summary for all monitored employees for all accounts.
11. Dosimeters shall be delivered seven business days before the beginning of any designated wear period to allow time for distribution once received.
12. Monthly report listing dosimetry results at other institutions in reports shall sum each
individual s exposures across all facilities for comparison with regulatory limits. This item applies when other institutions use the same dosimetry provider.
13. Reports of dosimeters that are unreturned during a wear period.
14. At a minimum the Radiation Dosimetry Service provider must demonstrate the following internet-based capabilities:
a) Add, delete, and transfer personnel dosimeters including fetal badges
b) Records access: downloadable exposure (dose) history, badge types, ALARA results, add lifetime
cumulative exposure history from other institutions (if same dosimetry provider), search historical reports, and manage unreturned dosimeters

(See Statement of Work for further details)
Period of Performance:
BASE: 3/1/2024-2/28/2025, plus four, one-year options
Place of Performance/Place of Delivery
Address:
Department of Veterans Affairs
Greater Los Angeles VA Healthcare System
West Los Angeles VA Medical Center
11301 Wilshire Blvd.
Los Angeles, CA
Postal Code:
90073-1003
Country:
UNITED STATES

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services
FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services
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 Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (DEC 2022)
ADDENDUM to FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services applies to and is included with this acquisition.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (JUN 2023)
The following subparagraphs of FAR 52.212-5 are applicable: (b)(6), (8), (23), (28), (30), (31), (36), (45), (50)(ii), (52), (59), (c)(1), (2), (7), (8)
VAAR 852.203-70 Commercial Advertising (MAY 2018).
852.204-70 Personal Identity Verification of Contractor Personnel (MAY 2020) solicitations & contracts that require contractor employees to have routine access to a VA facility or to VA information systems. Use with 52.204-9, Personal Identity Verification of Contractor Personnel.
852.204-71 Information and Information Systems Security (FEB 2023) insert when the clause at FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems is required to be included in accordance with FAR 4.1903.
852.208-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors Orders or BPAs (JAN 2023) (DEVIATION) when SDVOSB/ VOSB set-aside is not feasible, use for task orders, delivery orders or BPAs using evaluation factors other than price alone.
852.208-71 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factor Commitments Orders and BPAs (JAN 2023) (DEVIATION) for RFQs and resulting orders that include VAAR 852.208-70.
852.211-72 Technical Industry Standards (NOV 2018) use when items are required to conform to technical industry standards, federal specs, standards & commercial item descriptions unless comparable coverage is included in the item specification.
VAAR 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023)
VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certification of Compliance for Services and Construction. (JAN 2023) (DEVIATION)
VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018).
All quoters shall submit the following: as described in FAR 52.212-1 addendum.
All quotes shall be sent to the Network Contracting Office (NCO) 22 Contract Specialist, Daniel Kneizeh at daniel.kneizeh@va.gov
Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. This purchase order will consist of a base period of one year and four, one-year options (3/1/2024 2/28/2025) pricing should reflect this.
The following are the decision factors: Technical Capability, Price, and Past Performance.
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.
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:"
Quoters shall list exception(s) and rationale for the exception(s), if any.
All questions will be submitted via email and are due by January 25, 2024, 16:00PM MST at daniel.kneizeh@va.gov only. Subject line shall include QUESTIONS TO RFQ 36C26224Q0447 for consideration.
Submission of your response shall be received not later than January 31, 2024, 16:00PM MST at daniel.kneizeh@va.gov only. Subject line shall include RESPONSE TO RFQ 36C26224Q0447 for consideration.
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 the Point of Contact listed below:
CONTRACT SPECIALIST
Daniel Kneizeh
daniel.kneizeh@va.gov
See attached document: P09 Statement of Work Remove/Dosimetry Services
See attached document: S02 52.212-1 Instructions to Offerors.
Attachments/Links
Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 19, 2024 02:19 pm MSTCombined 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 >