Radiologist Physician Services
ID: RFQ-CC-25-000092Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Offices of Physicians (except Mental Health Specialists) (621111)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide Radiologist Physician Services at its Clinical Center in Bethesda, Maryland. The contract aims to fulfill staffing needs for Diagnostic Radiologists, including subspecialties such as Neuroradiologists, Interventional Radiologists, and Nuclear Medicine Physicians, ensuring continuous radiologic service support throughout the year. This initiative is critical for maintaining high standards of patient care and regulatory compliance within the NIH, emphasizing the importance of expert imaging evaluations and interventional procedures. Interested contractors must contact Lu Chang at lu-chang.lu@nih.gov for further details, and proposals must adhere to specific submission guidelines, including a 20-page limit and the inclusion of past performance references.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Institutes of Health (NIH) is seeking contract services for qualified Diagnostic Radiologists, including Neuroradiologists, Interventional Radiologists, and Nuclear Medicine Physicians, to address staffing needs within its Clinical Center in Bethesda, Maryland. The contractors will provide medical evaluations and interventional procedures, ensuring continuous radiologic service support 365 days a year. They are expected to fulfill specific working hours and on-call responsibilities. Key deliverables include performing expert imaging evaluations, conducting interventional procedures, and communicating results promptly to requesting physicians. Contractor candidates must possess appropriate board certifications and experience, along with medical liability insurance. Compliance with hospital policies, including patient confidentiality and security training, is mandatory. The contract also requires a commitment to federal information security and privacy regulations, emphasizing physical access and background investigation protocols for personnel. Contractors are not considered federal employees and are responsible for their travel expenses. The initiative aims to bolster NIH’s clinical capabilities while maintaining high standards of patient care and regulatory compliance.
    The document addresses a Request for Qualifications (RFQ) for radiologist services under a recompete contract. It clarifies that radiologists must be licensed in any U.S. state, and all providers must have their own malpractice insurance. The incumbent contractor is CAITTA Inc. with contract number 75N90022P00205. The proposal process requires abbreviated resumes for representative physicians from various subspecialties without a letter of intent or commitment. Proposals should also include pricing sheets formatted by each subspecialty. A minimum of three past performance references is required, and the government will provide necessary equipment to perform services. The RFQ does not allow for an extension on submission dates and emphasizes that eligibility for remote work is dependent on the nature of the services. The Service Contract Act applies only to service employees, indicating that professional employees in this context are not covered. The document underscores the importance of adherence to the Statement of Work (SOW) while outlining the submission requirements for prospective contractors in this federal procurement process.
    The document outlines an estimation of diagnostic and radiology services required annually for a specific healthcare initiative. It details varying service levels for Interventional Radiology (IR) and Diagnostic Radiologist roles, specifying a total of 1,104 hours for Level 1, 192 for Level 2, and 768 for Level 3 across different specialties. The report also includes the requirements for Nuclear Medicine Physicians, with a total of 960 hours designated for Teleradiology, along with additional after-hours diagnostic services. The overall structure emphasizes the number of hours needed for regular and after-hours services, hinting at the essential nature and scope of these medical roles within the proposed healthcare framework. This estimation serves as part of a larger federal Request for Proposal (RFP) process, where comprehensive service assessments are fundamental for securing funding and ensuring adequate healthcare delivery.
    The document provides a set of common questions and answers related to a government Request for Proposal (RFP) submission. Key guidelines include a proposal limit of 20 pages, excluding resumes, which do not count towards this limit. Formatting specifications dictate the use of Times New Roman or Arial font, size 12, with front matter such as the cover page and table of contents included in the page count. Submissions must also incorporate a Letter of Intent, which affects the overall page limitations. References are mandatory, requiring 3-4 contacts. Regarding past performance documentation, a narrative is acceptable, requiring details such as the project’s dollar amount and relevant contact information, which is crucial for evaluation purposes. The summarized points emphasize the structured approach and requirements vital for compliance when responding to governmental RFPs, showcasing the importance of clarity and adherence to specified formats in proposal submissions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    75N93025R00013 - Medical Residents for NIH's Clinical Center
    Buyer not available
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is soliciting proposals for the provision of Medical Residents at its Clinical Center in Bethesda, Maryland. The contract, structured as a Multiple Award Indefinite Quantity contract, aims to enhance clinical care for adult and pediatric inpatients involved in NIH research, requiring contractors to supply up to four postgraduate medical residents daily for a minimum of 80 hours per week. Proposals must be submitted by April 14, 2025, with a total funding range between $2,000 and $7,500,000 over the performance period from May 31, 2025, to May 30, 2030. Interested parties should direct inquiries to Sevag Kasparian or Maya Joseph via their provided emails for further clarification on the solicitation documents.
    L--MedStar Health Interventional Cardiology Services
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking sources for MedStar Health Interventional Cardiology Services. This procurement aims to identify qualified vendors capable of providing specialized interventional cardiology services, which are critical for advancing cardiovascular health and treatment options. The services will support the NIH's mission to improve health outcomes through innovative medical practices and research. Interested parties can reach out to Helmut A. Winffel at helmut.winffel@nih.gov or call +1 301 435 0330 for further information regarding this opportunity.
    Notice of Intent to Sole Source – Philips Healthcare
    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 Philips Healthcare for modifications to the Carestream Picture Archive and Communication System (PACS) at the NIH Clinical Center's Department of Radiology. The objective of this procurement is to create an ORU interface for the Valor system, which is critical for daily operations and patient care within the radiology department. Philips Healthcare is uniquely qualified to perform these modifications as they are the original vendor of the PACS and Radiology Information System, ensuring familiarity with the systems' internal operations. Interested parties may express their capabilities to the NIH by contacting Kristin Nagashima at kristin.nagashima@nih.gov by April 3, 2025, at 11 AM EST, although the government retains discretion over the decision not to compete this requirement.
    Non-Personal Healthcare Services for Radiologist at the Gallup Indian Medical Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified sources to provide non-personal healthcare services for one Radiologist at the Gallup Indian Medical Center in Gallup, New Mexico. The anticipated contract will cover a base period from January 1, 2025, to June 30, 2025, with an option for an additional six months, focusing on delivering essential radiology services to the local community. This procurement is part of the Buy Indian Act initiative, which prioritizes Indian economic enterprises, and interested parties must submit a capabilities package by December 2, 2024, to the primary contact, Felecia Chavez, at felecia.chavez@ihs.gov or by phone at (505) 339-7810.
    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.
    Piflufolastat F-18 injection drugs (Pylarify) from Sofie Co. (Notice of Intent to sole source)
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole-source contract with Sofie Co. for the procurement of Piflufolastat F-18 injection drugs (Pylarify) essential for clinical nuclear medicine procedures at the NIH Clinical Center. The requirement includes 50 patient-ready unit doses of Piflufolastat F-18 and associated fees for unused doses, as these radiopharmaceuticals are critical for diagnosing and treating diseases in patients, adhering to strict FDA and NRC regulations. The contract period is set from March 14, 2025, to March 13, 2026, and interested parties may submit capability statements to Lu Chang at lu-chang.lu@nih.gov by 11:00 AM EST on March 14, 2025, for consideration.
    Notice of Intent-Specialized Acupuncture Services for the Pain and Palliative Care Services Department
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to procure specialized acupuncture services for its Pain and Palliative Care Services Department. The selected contractor will provide acupuncture support aimed at enhancing the quality of life for patients involved in clinical research, with a contract period from April 1, 2025, to March 31, 2026, and four additional option periods. This initiative underscores the importance of integrating alternative therapies into clinical care, particularly for patients with advanced illnesses undergoing experimental treatments. Interested parties must submit capability statements to Shasheshe Goolsby at shasheshe.goolsby@nih.gov by March 24, 2025, with the total contract value not exceeding $250,000.
    Notice Of Intent for Maintenance and Preventative Services for Radiology Equipment
    Buyer not available
    The Defense Health Agency (DHA) intends to award a firm fixed price contract for maintenance and preventative services for radiology equipment at the Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. This procurement is being conducted on a sole source basis with Hologic Inc., the only vendor possessing the proprietary rights to the necessary software and products, as authorized under FAR 6.302-1 for "Only one responsible source." The services are critical for ensuring the operational readiness and reliability of medical imaging equipment used in military healthcare settings. Interested parties must express their interest and capabilities by emailing Claudia Febres Mormontoy at claudia.a.febresmormontoy.ctr@health.mil by 9 AM EST on March 18, 2025, as this notice does not constitute a request for competitive proposals.
    Radiology Interpretation Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide radiology interpretation services for the Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC) in Sisseton, South Dakota. The contract, which is set aside under the Buy Indian Act, aims to deliver diagnostic imaging interpretations primarily for approximately 7,000 tribal members, requiring board-certified radiologists to offer teleradiology services during business hours and 24/7 for preliminary reporting. This service is crucial for ensuring timely and accurate medical assessments, adhering to IHS regulations, and maintaining high standards of patient care and confidentiality. Interested parties can contact Andrea Whipple at andrea.whipple@ihs.gov or call 605-268-2022 for further details regarding the procurement process.
    Billings Area Wide Tele-Radiology Interpretation Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified small businesses to provide Teleradiology Interpretation Services for the Billings Area Indian Health Service. This procurement involves a Firm Fixed Price contract covering multiple service units, including Blackfeet, Crow, Fort Belknap, Fort Peck, Little Shell, and Northern Cheyenne, with expected teleradiology reads specified over a contract period from June 2025 to May 2030. The services are crucial for enhancing healthcare delivery in these communities through improved diagnostic imaging capabilities. Interested vendors should reach out to Johnna Spotted at johnna.spotted@ihs.gov or DeeAndra Salabye at DeeAndra.Salabye@ihs.gov for further inquiries regarding the solicitation process.