Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2003 FBO #0655
SOLICITATION NOTICE

Q -- Medical Transcription Services

Notice Date
9/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
DADA13-03-R-0004
 
Response Due
9/22/2003
 
Archive Date
11/21/2003
 
Point of Contact
Larry Miller, 253-968-4912
 
E-Mail Address
Email your questions to Western Regional Contracting Office
(larry.miller@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are b eing requested and a written solicitation will not be issued. The announcement constitutes the method of submission for solicitation and proposals. The closing date is 22 September 2003 the solicitation DADA13-03-R-0004 is being issued as a Request for Pr oposals. The solicitation document and incorporated clauses/provisions are those in effect through Federal Acquisition Circular 2001-15. NAICS Code is 561410 and the size standard is $6.0 million. The Western Regional Contracting Office intends to award a firm fix price requirements contract for the following commercial item(s) Medical Transcription Services for a base period and two one year option periods located at Bassett Army Community Hospital (BACH), Fort Wainwright, Alaska 99703. The contractor shall provide facility, labor, transcription of dictation, transcribing equipment and associated information technology equipment to provide acceptable quality level medical and radiology transcribed reports generated from dictated material documenting pat ient care delivered by BACH clinicians from existing Lanier Dictation System. CLIN 0001-Base year: Date of Award through 28 September 2004, 420,000 lines (estimated); CLIN 1001 ?????? 1st Option Year: 29 September 2004 ?????? 28 September 2005, 420,000 li nes (estimated); 2nd Option Year: 29 September 2005 ?????? 30 September 2006, 420,000 lines (estimated). Place of Performance: Bassett Army Community Hospital, Patient Administration Division, Fort Wainwright, AK 99703. Request FOB Destination Pricing. BASIS OF SELECTION: The following factors will be used to evaluate offers: Price, Technical Capability, and Past Performance. A written statement of the offerors ability to provide this service is required. Specifics to address: Price by providing a un it price and total price per line item description; technical capability as it relates to discussion of the company??????s ability to provide the necessary services, the number of years providing medical transcribed reports, what type of equipment currentl y being utilized and its capability to return transcribed reports electronically within 2 to 48 hour turnaround, capability of contractor??????s equipment to interface with the existing dictation system manufactured by Lanier and the Composite Healthcare S ystem (CHCS); offerors are to provide a primary point of contact for problem resolution; provide past performance information with whom recent past performance can be verified, offerors shall provide a minimum of two references to include a summary of the scope of work, points contact, telephone numbers and a total contract price. The following FAR clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-3 Offer Representations and Certifications -Commercial Items; (all offerors are to include with their response a completed copy of FAR 52.212-3 and DFARS 252.212-7000). Further, offer must contain all commercial terms, conditions and provisions under which the offeror conducts business in the comme rcial marketplace. Offerors that fail to furnish required representations or information, or reject the terms and conditions of this solicitation may be excluded from consideration. FAR 52.212-4 Contract Terms and Conditions-Commercial Items; with the fol lowing addendum: FAR 52.216-18 Ordering; FAR 52.216-19 Ordering Limitations; FAR 52.216-21 Requirements; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.222-49 Service Contract Act-Place of Performance Unknown; FAR 52.224-1 Privacy Act Notification; FAR 52.224-2 Privacy Act; FAR 52.232-19 Availability of Funds for the Next Fiscal Year; FAR 52.252-1 Solicitati on Provisions Incorporated by Reference; FAR 52.252-2 Solicitation Clauses Incorporated by Reference (The complete text of any or all of the clauses/provisions effective on the date of the latest Federal/Defense Acquisition Circular is available electronic ally from the following websites: http://farsite.hill.af.mil). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes and Executive Orders ?????? Commercial Items (the following clauses cited in FAR 52.212-5 are applicable to this acqu isition): FAR 52.222-3 Convict Labor; FAR 52.223-3 Protest After Award; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Veterans; FAR 52.222-36 Affirmative Action for Handicapped Workers; FAR 52.222-37 Employment Reports on Special Disabled Veterans of Vietnam Era; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-41 Service Contract Act of 1965, As amended; FAR 5 2.222-42 Statement of Equivalent Rates for Federal Hires; (Word Processor II $19.30 per hour); FAR 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts); DFARS 252.212-7001 Contract Terms and Co nditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (the following clauses cited in DFARS 252.212-7001 are applicable to this acquisition): FAR 52.203-3 Gratuities; DFARS 252.225-7012 Preferenc e for Domestic Commodities; DFARS 252.225-7036 Buy American-North American Free Trade Agreement Implementation Act-Balance of Payment Program; DFARS 252.243-7002 Requests for Equitable Adjustment; DFARS 252.247-7023 Alternate III Transportation of Supplies by Sea; DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; DFARS 252.204-7004 Central Contractor Registration. The Contractor shall insure equipment provided under this contract to include hardware, software, firmware and middleware, w hether acting alone or in combined as a system are Y2K compliant as defined in FAR Part 39. Facsimile Transmission- the RFP, written technical representations, literature and representations and certifications may be submitted via facsimile to (253) 968-4 922. Receiving equipment is a Canon Laser Class 7500 Plain Paper Facsimile or via email to larry.miller2@nw.amedd.army.mil. Closing date for acceptance of offers is 22 September 2003 at 1600 hours PST. Hard copies in MS Word or equivalent format, can be mailed to Western Regional Contracting Office, Madigan Army Medical Center, Attn: Larry Miller, 9902 Lincoln Street, Tacoma, WA 98431. Offerors shall provide as a minimum: 1) RFP Number; 2) Name, Address and telephone number of offeror point of contact; 3) CLINS 0001 through 2001 Pricing; 4) A complete copy of FAR 52.212-3 and DFARS 252.212-7000 Representations and Certifications; 5) A written representation of the offerors technical capability to include literature, sample formats, etc., to allow the Con tracting Officer to evaluate offers; 6) Provide two (2) current references for past performance information. Offerors are responsible for accurate addresses and telephone numbers for submitted past performance information. The Government reserves the rig ht to award to other than the lowest priced offer.
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
Zip Code: 98431-1110
Country: US
 
Record
SN00432423-W 20030913/030911213434 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.