Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
SOLICITATION NOTICE

Q -- Interpretative Radiological Services - Red Lake, MN - Interpretative Radiology Services

Notice Date
9/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
 
ZIP Code
57401
 
Solicitation Number
RFQ-11-015
 
Point of Contact
Craig J. Wells, Phone: 6052267333, Beverly L. Head, Phone: 2186793912198
 
E-Mail Address
craig.wells@ihs.gov, beverly.head@ihs.gov
(craig.wells@ihs.gov, beverly.head@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Far Clause 52.212-5 Far Clause 52.212-3 Far Clause 52.252-1 Current Medicare Rates Price Schedule Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) & 2305 & 41 U.S.C. 253(g) & 253a & 253b) FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994)(Public Law 103-355) & FAR 37.4. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Aberdeen Area Indian Health Service (IHS) intends to award a firm fixed-price, non-personal service, commercial item contract in response to Request for Quote (RFQ) RFQ-11-015. This solicitation is a Small Business Set aside. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The associated North American Industry Classification System code is 621512 and the Small Business size standard is $13.5 million. PURPOSE OF CONTRACT: See attached Statement of Work. Location is at the Red Lake IHS Hospital,24760 Hospital Drive, Red Lake, Minnesota 56671-0497. PRICE SCHEDULE: Off-site Radiology Services- the quoted unit pricing must be an all inclusive cost (to include but not be limited to transportation, food, lodging, per diem, and fringe benefits). The contractor is responsible for all associated costs for the Off-site Radiology Services. This contract is for a base year plus four (4) one-year option years. 1. Complete attached Price Schedule. Attached are the Federal Acquisition Regulations (FAR) and the Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including the following: FAR 52.212-1 - Instructions to Offerors - Commercial Items (June 2008): Quotes shall be submitted on company letterhead stationery, signed and dated; it shall include: 1. Solicitation number 2. Closing date of September 21, 2010 at 12:00pm CST 3. Name, address, telephone number of the offeror and email address of the contact person. 4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; 5. Terms of any express warranty; 6. Price and any discount terms, including price schedule 7. "Remit to" address, if different than mailing address; 8. A completed copy of the representations and certifications at FAR 52.212-3; 9. Acknowledgement of Solicitation Amendments; 10. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-2 - Evaluation - Commercial Items (January 1999): METHODOLOGY AND APPROACH: 25 POINTS: 1. Proposals, which merely offer a statement to conduct/provide in accordance with the requirements of the Statement of Work, will not be eligible for award. Offerors must submit an explanation of the proposed technical approach in conjunction with the tasks outlined in the Statement of Work. the technical proposal shall provide a statement of the problem, scope, and purpose of the project in the offeror's own words to demonstrate a complete understanding of the intent and the Statement of Work requirements in the Request for Proposals (RFP). 2. The detailed work plan must be submitted indicating how each aspect of the Statement of Work is to be accomplished. Your technical approach should be in as much detail as you consider necessary to fully explain your proposed technical approach or method. The technical proposal should reflect a clear understanding of the nature of the work being undertaken. 3. The technical proposal shall fully describe the proposed technical approach to comply with each of the requirements specified in the Statement of Work. Particular attention should be directed toward scheduling of manpower and any problems to be overcome. STAFF EXPERIENCE AND CAPABILITY: 25 POINTS: 1. The technical proposal must include a description of the capability, both financially and historically, of the offeror's ability to provide the services requested. The offeror must demonstrate the ability to ensure the Government that the offeror has experience dealing with Native American issues either directly or indirectly. The offeror shall indicate the number of contracts that are in effect as of this calendar year and must show that any new contracts will not place the offeror's capability to provide services on any contract in jeopardy. 2. The overall capability demonstrated by the offeror will be evaluated for financial capability and for performance ability. ADMINISTRATIVE & MANAGEMENT DATA: 20 POINTS: 1. The technical proposal, as a minimum, must include the following information in sufficient detail to allow a complete analysis of the offeror's management capabilities and responsibility. a) Capability to meet delivery or performance schedules b) Record of experience c) Possession of necessary organization, experience and skills to perform the work, or the ability to obtain them. 2. The technical proposal must include a list of personnel to be utilized in performance of the contract, and key employees who will be assigned to this project. Resumes of Personnel directly involved in providing services under the contract shall be included in the technical proposal, as well as the education and training requirements of prospective employees. The technical proposal shall specify the level of staff and the extent to which each will participate in contract performance. PAST PERFORMANCE INFORMATION: 15 POINTS: 1. The technical proposal must include a listing of the other Off-Site Radiology Services contracts and subcontracts, Government and/or commercial, awarded to the offeror for the same or similar services. The contracts must contain the same type of requirements outlined in the Statement of Work. Include the following information for each contract and subcontract: a) Name of Contracting Activity b) Contract number c) Contract Type d) Total Contract Value e) Description of Contract Work f) Contracting Officer and telephone number g) Program manager and telephone number h) Administrative Contracting Officer, if different from item f, and telephone number 2. The offeror must demonstrate its record of successful performance in past contracts and subcontract, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts for similar services. The offeror shall include the following past performance information: a) Identify the one contract, which you consider to be the most successful, and the reasons for this determination. b) Evidence of timely and acceptable contract performance on similar Security Services projects. c) Evidence indicating customer satisfaction for similar services outlined in the Statement of Work. d) Evidence of concern for cost control and budgetary considerations. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offeror's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (August 2009) - See attachment for full text and instruction for completion. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (March 2009 ) - See attachment; in by reference FAR 52.212-5 - Contract Terms and Condition's Required to Implement Statutes or Executive Orders - Commercial Items (September 2009) - See attachment for full text. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: FAR 52.204-4, 52.204-7, 52.204-9, 52.212-4, 52.212-5 with Alternate I, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-18, 52.232-19, 52.233-4, 52.237-2, 52.237-3, 52.239-1, 52.242-15, 52.242-17, 52.243-1, 52.245-1, 52.249-2, 52.249-8; HHSAR 352.202-1, 352.215-1, 352.212-70, 352.223-70, 352.232-9. 352.270-2, 352.270-3, 352.270-4, 352.270-6, & 352.270-7. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.204-6 with Alternate I, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, & 52.232-33. The provisions and clauses may be accessed electronically at http://acquisition.gov/far/index.html and http://www.hhs.gov/oamp/dap/hhsar.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-11-015/listing.html)
 
Place of Performance
Address: Red Lake IHS Hospital, 24760 Hospital Drive, Red Lake, Minnesota, 56671-0497, United States
Zip Code: 56671-0497
 
Record
SN02265141-W 20100903/100902000507-86452051a425ae7a6a6f9213602427c5 (fbodaily.com)
 
Source
FedBizOpps 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.