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, through the National Institutes of Health (NIH), is seeking qualified contractors to provide Radiologist Physician Services at its Clinical Center in Bethesda, Maryland. The procurement aims to address staffing shortages in various radiology modalities, including Diagnostic Radiology, Interventional Radiology, and Nuclear Medicine, ensuring continuous support for patient care and medical evaluations. This initiative is critical for maintaining high standards of patient care and regulatory compliance, as the NIH Clinical Center serves research subjects requiring specialized radiological services. Interested 8(a) certified small businesses must submit their quotes by February 14, 2025, with inquiries directed to Lu Chang at lu-chang.lu@nih.gov.

    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 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
    Maintenance for MRI Scanners
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified small businesses to provide maintenance services for MRI scanners utilized in neurobiological research related to substance use disorders. The procurement aims to ensure the operational efficiency of equipment that records fluorescent neurotransmitter activity, which is crucial for understanding the mechanisms of substance use disorder. Interested parties must submit capability statements detailing their qualifications and relevant experience by February 5, 2025, to Joseph Kennedy at joseph.kennedy@nih.gov. This opportunity is part of a Total Small Business Set-Aside initiative, emphasizing the government's commitment to supporting small businesses in the procurement process.
    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.
    Q522--Angio-Interventional Radiology Services 614 Long Term Contract
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Angio-Interventional Radiology services at the Memphis VA Medical Center through a long-term contract. The procurement aims to secure on-site services from board-certified Angio-Interventional Radiology Physicians, adhering to standards set by the American College of Radiology, with a contract structure consisting of one base year and four optional one-year extensions, projected to commence on October 1, 2025. This opportunity is critical for ensuring high-quality patient care and compliance with VA and HIPAA regulations, emphasizing the importance of qualified personnel and adherence to performance standards. Interested parties must submit their capabilities and qualifications, including Small Business certification and active registration in the System for Award Management (SAM), to Contracting Specialist Laura Edelman at laura.edelman@va.gov by the specified deadline.
    A--Clinical Research Operations and Management Support (CROMS)
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for the Clinical Research Operations and Management Support (CROMS) contract. This procurement aims to enhance the oversight and efficiency of clinical studies by providing essential systems, tools, and expert resources for data management, site monitoring, and regulatory compliance. The contract is critical for ensuring adherence to federal regulations regarding human subjects and data privacy, thereby safeguarding sensitive health-related information. Interested parties should note that the solicitation date has been updated to December 13, 2024, and must register in the System for Award Management (SAM) prior to contract award. For further inquiries, contact Natalie Bruning at natalie.bruning@nih.gov or Tara C. Knox at knoxt@nhlbi.nih.gov.
    A--Resource for the Collection of Human Tissues, Cells, Biofluids and Epidemiologi
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) National Cancer Institute (NCI), is seeking capability statements from organizations for a contract focused on the collection and evaluation of human tissues, cells, and biofluids from donors with epidemiologic profiles. This initiative aims to support molecular epidemiology studies related to various cancers, including lung, breast, liver, and pancreatic cancer, and involves tasks such as participant recruitment, biological specimen collection, and data processing while ensuring compliance with ethical regulations. The contract, anticipated to last five years, builds on efforts initiated in 1996 and emphasizes the importance of delivering viable tissues promptly and maintaining data confidentiality. Interested organizations, excluding the current provider, must submit their qualifications by February 18, 2025, and can contact Whitney D. Monkama at whitney.monkam@nih.gov or +1 240 276 5446 for further information.
    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.
    6505--Radiopharmaceutical Delivery for VASNHCS Single Award IDIQ
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit proposals for a contract titled "6505--Radiopharmaceutical Delivery for VASNHCS," aimed at providing radiopharmaceuticals to the VA Southern Nevada Healthcare System. This procurement is essential for ensuring the timely delivery of critical medical supplies necessary for patient care and treatment within the healthcare system. The solicitation is expected to be released around February 6, 2025, with quotes due by February 21, 2025, and the contract will be awarded on an unrestricted basis, allowing all responsible sources to participate. Interested contractors can reach out to Contract Specialist Mohammed Hussain at Mohammed.Hussain2@va.gov or by phone at 916-923-4534 for further information.
    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.
    Notice of Intent to Sole Source – Cardinal Health, Inc.
    Buyer not available
    The National Institutes of Health (NIH) intends to award a fixed-price purchase order to Cardinal Health, Inc. for the procurement of Floxuridine Vials, specifically for patient care at the NIH Clinical Center in Bethesda, Maryland. The requirement includes 10 units of Floxuridine for Injection, catalog number 0143-9270-01, which is exclusively distributed by Cardinal Health, Inc. in the United States, highlighting the critical nature of this medication for patient treatment. Interested parties may express their interest and capabilities to Kristin Nagashima at kristin.nagashima@nih.gov by February 10, 2025, at 4 PM EST, as this acquisition is being conducted under the Simplified Acquisition Procedures of the Federal Acquisition Regulation.