Caitta Radiologist (On Call, On Site & Remote)
ID: NOI-CC-25-003416Type: Special Notice
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH - CCBETHESDA, MD, 20892, USA

NAICS

All Other Support Services (561990)

PSC

MEDICAL- RADIOLOGY (Q522)
Timeline
  1. 1
    Posted Jan 16, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 16, 2025, 12:00 AM UTC
  3. 3
    Due Not available
Description

The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a one-month contract to Caitta Inc. for on-call, on-site, and remote diagnostic radiology services at the NIH Clinical Center in Bethesda, Maryland. The contract requires qualified, medically licensed professionals, including Diagnostic Radiologists, Neuroradiologists, Interventional Radiologists, and Nuclear Medicine Physicians, to support essential medical activities. This procurement is critical for maintaining high-quality radiological services, with specific work schedules outlined for different specialties and on-call assignments during evenings and weekends. Interested parties can express their capabilities and provide feedback to the primary contact, Christopher Lauver, at christopher.lauver@nih.gov, as the contracting process follows the Federal Acquisition Regulation (FAR) Part 13, allowing for a sole source award without competitive bidding.

Point(s) of Contact
Christopher Lauver
christopher.lauver@nih.gov
Files
Title
Posted
Jan 16, 2025, 6:06 PM UTC
The National Institutes of Health (NIH) Clinical Center has published a Notice of Intent (NOI) to award a one-month contract to Caitta Inc. for on-call, on-site, and remote diagnostic radiology services. The contract requires qualified, licensed Diagnostic Radiologists, Neuroradiologists, Interventional Radiologists, and Nuclear Medicine Physicians to support medical activities at the NIH/CC in Bethesda, MD. The specified work schedules include daily operations from 7:30 a.m. to 4:30 p.m. for Interventional Radiologists; 8:00 a.m. to 5:00 p.m. for Diagnostic Radiologists; and core hours for Nuclear Medicine Physicians, with on-call assignments rotating during evenings and weekends. The contracting process follows the Federal Acquisition Regulation (FAR) Part 13 – Simplified Acquisition Procedures, allowing a sole source award without competitive bidding due to unique circumstances. Interested parties can express their capabilities and may provide feedback to the contracting officer. The notice outlines the timeline for contract performance and emphasizes the need for credentialing before commencement. The posting encourages potential bidders to respond by the indicated closing date to participate in the procurement process.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Q--To procure Interventional Cardiology Services
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to procure Interventional Cardiology Services. This procurement aims to secure specialized medical services that are critical for the treatment and management of cardiovascular conditions. The services will play a vital role in advancing patient care and research within the NIH's National Heart, Lung, and Blood Institute (NHLBI). Interested vendors can reach out to Tiffany M. Kennedy at tiffany.kennedy@nih.gov for further inquiries regarding this presolicitation opportunity.
HISTOLOGY TECHNICIAN
Buyer not available
The National Institutes of Health (NIH) is seeking a qualified contractor to provide a part-time Histology Technician for its National Eye Institute (NEI) in Bethesda, Maryland. The technician must have at least two years of experience in processing human eye tissues in a CLIA-licensed ophthalmic pathology lab and be certified as an ASCP HTL or a certified histology technician. This role is critical for supporting NEI's research on eye disorders, requiring expertise in histopathology, immunohistochemistry, and cytology, as well as the ability to perform quality control checks on histological slides. Interested parties must submit a capability package to Ms. Van Holley at holleyv@od.nih.gov by 9:00 AM ET on April 29, 2025, to be considered for this sole source contract opportunity.
Notice of Intent to Sole Source – TheraDoc subscription
Buyer not available
The National Institutes of Health (NIH) Clinical Center intends to award a firm fixed-price purchase order for subscription services related to the TheraDoc application, exclusively owned by Premier Healthcare LLC. This procurement aims to secure applications, support, maintenance, and training for the TheraDoc clinical surveillance solution, which is critical for enhancing healthcare delivery and patient safety. The acquisition will follow the Federal Acquisition Regulation (FAR) Part 13 – Simplified Acquisition Procedures, allowing for a sole-source solicitation due to the unique nature of the services required. Interested parties may express their capabilities and submit comments to the NIH by November 21, 2024, with inquiries directed to Ryssa Nix at Ryssa.nix@nih.gov.
Gore Medical branded stents (Brand Name restriction)
Buyer not available
The Department of Health and Human Services, National Institutes of Health seeks to procure specific medical devices for use in interventional radiology procedures. These are brand-restricted items, with the National Institute of Health specifying Gore Medical branded stents. The scope of work involves supplying several variants of two medical devices: Viatorr Tips Endo CX and Viabahn BX Balloon Expander Endo. The Viatorr Tips are measured in millimeters and vary in length, while the Viabahn BX Balloon Expanders are used in catheterization procedures. The medical devices are intended for minimally invasive procedures. The bill of materials provided outlines the exact models and quantities sought. Offerors must provide the following: 1 unit of Model PTB8105275, ID 00733132635016 - 8-10mmX5cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model PTB8107275, ID 00733132635030 - 8-10mmX7cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model PTB8108275, ID 00733132635047 - 8-10mmX8cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model BXB083901A, ID 00733132658718 - 8MMX39MM 7Fr 80CM Cath RP VIABAHN BX BALLOON EXP ENDO 1 unit of Model BXB085901A, ID 00733132658732 - 8MMX59MM 7Fr 80CM Cath RP VIABAHN BX BALLOON EXP ENDO Eligible applicants should be well-established surgical and medical instrument manufacturers (NAICS code 339112) with the ability to deliver the specified devices promptly. The evaluation of quotes will consider technical capability, price, and past performance. Quotes should be submitted to Lu Chang at lu-chang.lu@nih.gov by 5:00 PM EST on 08/01/2024, including the RFQ number (RFQ-CC-24-010258) in the subject line. Further inquiries can be directed to the same email address. This opportunity is a combined synopsis and solicitation issued under FAR Subpart 12.6. The resulting contract will be a firm fixed-price order.
Annual Maintenance Service Contract for AXR confocal
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Nikon Instruments, Inc. for the annual maintenance service of the AXR confocal system, which includes a service agreement covering specific equipment and software updates. This maintenance is crucial for ensuring the operational integrity of the Nikon AXR confocal system, which is essential for research conducted by the National Institute on Deafness and Other Communication Disorders (NIDCD). The contract is set for a one-year coverage period from July 1, 2025, to June 30, 2026, and interested parties must submit their capability statements by 9:00 AM (Eastern Time) on May 1, 2025, to the primary contact, Van V. Holley, at holleyv@od.nih.gov.
Notice of Intent to Sole Source – American Hospital Association
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to the American Hospital Association (AHA) for the payment of the NIH Clinical Center's annual membership dues for 2025. This acquisition aims to secure the benefits and resources provided by the AHA, which plays a critical role in representing hospitals and healthcare networks, facilitating the sharing of best practices, and advancing healthcare quality and safety. The contract will be awarded under the Simplified Acquisition Procedures, and interested parties may express their interest and capabilities to the NIH by contacting Kristin Nagashima at kristin.nagashima@nih.gov before the deadline of May 15, 2025, at 2 PM EST.
FULL AND OPEN - OCAO TELERADIOLOGY INTERPRETATIONS
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for full and open teleradiology interpretation services to support healthcare delivery in the Oklahoma and Albuquerque Areas, including Pine Ridge Hospital. The procurement aims to address the lack of on-site radiologists by contracting qualified professionals to provide diagnostic imaging services, ensuring compliance with standards set by The Joint Commission and the American College of Radiology, as well as adherence to HIPAA regulations. This initiative is crucial for enhancing access to quality healthcare for over 1.5 million American Indians and Alaska Natives, with the contract initially set for one year and options for four additional extensions. Interested parties can contact Edson Yellowfish at Edson.Yellowfish@ihs.gov or by phone at 405-951-3888 for further details.
RADIOLOGY SURVEY
Buyer not available
The Department of Defense, specifically the Medical Readiness Contracting Office – East (MRCO-E) at Womack Army Medical Center (WAMC), is seeking a contractor to provide Radiation Surveys for Radiology Diagnostic Devices over a four-year period. The contract, which is anticipated to run from June 1, 2025, to May 31, 2029, requires the contractor to perform annual on-site surveys of various diagnostic imaging equipment, ensuring compliance with safety standards and regulations. This initiative is crucial for maintaining the safety and effectiveness of medical equipment used in patient care at military facilities. Interested vendors should note that the solicitation number is W91YTZ25QA011, and they can contact Cynthia Richardson Rhone at cynthia.a.richardson-rhone.civ@health.mil or Michael J. McCollum at michael.j.mccollum12.civ@health.mil for further details.
Preventative Maintenance Agreement
Buyer not available
Solicitation Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF - NATIONAL INSTITUTES OF HEALTH is seeking a Preventative Maintenance Agreement for integration systems used in the current Operating Rooms to the Education Room in Bethesda, Maryland, United States. The purpose of this agreement is to support the existing systems and prevent delay in case the integration system goes down. The agreement requires remote monitoring capabilities, collaboration among NIH and other research institutes, and web-based and teleconference consultation and collaboration. The contract duration includes a base year and two option years. This acquisition is being conducted using policies unique to the Federal Acquisition Regulation (FAR) Part 13. Interested parties may respond to this notice, and the Government will determine whether to compete the requirement based on the responses received.
Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits
Buyer not available
Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits The Department of Health and Human Services, Department of, National Institutes of Health, is planning to procure BD Rhapsody Single-Cell Analysis Reagent Kits. These kits are used for the manufacture of human cells and tissue-based products utilized in phase I/II clinical protocols for transplantation, adoptive immunotherapy, and gene therapy conducted in the Clinical Center at the NIH. The procurement includes a standing order for multi-type sequencing kits and reagents with a short shelf life. The contractor will be responsible for shipping the sufficient reagents and kits following the scheduled delivery dates. The shelf life of the sequencing reagents should be at least 3 months, and the shelf life of library generation kits should be at least 6 months. The contractor is also required to provide technical support for all kits and reagents at no additional cost. The period of performance for this procurement is from 5/1/2024 to 8/30/2024. The delivery schedule is overnight delivery Monday through Thursday to the Center for Cellular Engineering (CCE) at NIH/CC in Bethesda, MD. The vendor will be responsible for ensuring the safe transport of cryopreserved patient cells and maintaining the temperature and other parameters during the shipment of reagents and kits. The contractor will be paid per product delivered and is required to provide hard copies of proofs of each product delivered. Interested parties can submit their capabilities to the Office of Purchasing and Contracts by May 1st, 9:00 AM EST. Please note that this is not a request for proposal.