Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2011 FBO #3687
SOLICITATION NOTICE

Q -- Requirements Type Contract for Off-Site Radiology Interpretation Services for the Spirit Lake Health Center in Fort Totten, ND - Clauses Incorporated by Reference and in Full Text - Business Associate Agreement - Ethics Policies - Scope of Work

Notice Date
12/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
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-12-069
 
Archive Date
1/26/2012
 
Point of Contact
Courtney J. Davis, Phone: 6052267241
 
E-Mail Address
courtney.davis@ihs.gov
(courtney.davis@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Scope of Work Ethics Policies Business Associate Agreement Clauses Incorporated by Reference and in Full Text 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 Programs 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 Subpart 37.4, Non-personal Health Care Services (10 U.S.C. 2304 and 41 U.S.C. 253). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Aberdeen Area Indian Health Service (IHS) intends to award a firm-fixed price requirements type contract in accordance with the Request for Quote (RFQ) 12-069, for Off-Site Radiology Interpretation Services for the Spirit Lake Health Center in Fort Totten, North Dakota. The solicitation is issued as a 100% Small Business set-aside. The solicitation documents & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-54. The associated North American Industry Classification System code is 621111 and the small business size standard is $10.0 million. PRICE SCHEDULE: OFF-SITE RADIOLOGY INTERPRETATION SERVICES: the quoted pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state and local taxes) plus all other costs pertinent to the performance of this contract. The contract resulting from this solicitation will not obligate funds; funds must be obligated prior to starting performance through a delivery order or task order. Orders may be submitted electronically, facsimile or hard copy. Please complete the following pricing schedule utilizing your most competitive and reasonable rates which the IHS will use to the "Best Value" to the government. The quantities of supplies or services specified in the Schedule are estimates only. (Plain films estimated around 111 studies per month, Mammograms estimated around 40 studies per month, Ultrasounds estimated around 24 studies per month) 1. OFF-SITE RADIOLOGY INTERPRETATION SERVICES (2/1/2012 through 1/31/ 2013) $_____________ per month x 12 months = $______________________ STATEMENT OF WORK: See Attachment PERIOD OF PERFORMANCE: Performance of the contract(s) shall be from February 1, 2012 through January 31, 2013. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children's services are provided. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its original invoice to the Aberdeen Area Indian Health Service, Financial Management branch, 115 4th Avenue SE, Aberdeen SD 57401. The Contractor agrees to include the following information on each invoice. (1) Contractors name, address; (2) Contract Number (entire contract number must be included); (3) Invoice number and date; (4) Cost or price; (5) Dates of Service including the number of hours worked; and (6) Remit to address. The Aberdeen Area Financial Management Branch, 115 4th Avenue SE, Aberdeen, SD 57401, shall make payment. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including below. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). Quotes shall be submitted on company letterhead stationery. Signed and dated. And it shall include: 1. Solicitation number 2. Closing Date: January 11, 2012 at 5:00 pm CST 3. Name, address and telephone number of company and email address of contact person. 4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. This may include product literature, or other documents, if necessary 5. Terms of any express warranty 6. Price and any discount terms 7. "Remit to" address, if different from mailing address 8. A completed copy of the representations and certifications at FAR 52.212-3 or a copy of the contractor's Online Representations and Certifications Application (ORCA). 9. Acknowledgment of Solicitation Amendments (if any issued) FAR 52.212-2, Evaluation-Commercial Items (January 1999). The provision at 52.212-2 applies to this acquisition and is provided in full text. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. THE CONTRACTOR SHALL PROVIDE EVIDENCE OF, OR SUBMIT A WRITTEN RESPONSE TO, THE FOLLOWING TECHNICAL EVALUATION FACTORS: The following factors shall be used to evaluate offers: (1) The Contractor's ability to provide a Radiologist that is certified by the American Board of Radiology and is further certified by the College of Radiology Mammography Accreditation Program. = 30 points (2) The Contractor's Ability to provide consultations to other clinic Providers and work as part of a total healthcare team. = 20 points (3) The Contractor's Ability to interpret standard plain film radiography,ultrasound and mammography exams on regular film format or electronic imaging format. = 30 points (4) The Contractor's Ability to provide reports with a 72 hour turnaround time. = 20 points The Indian Health Service will make a separate determination of price reasonableness. The primary consideration in evaluating this criterion is which offeror can perform the task in a manner most advantageous to the government. Under best value principles, there is no requirement that a task order be awarded on the basis of lowest proposed cost. The award primarily on the basis of estimated costs may encourage the submission of unrealistically low estimates and increase the likelihood of cost overruns. Estimated costs must be reasonable for the tasks to be performed. If consideration is narrowed to choosing among proposals with approximately equal technical criteria as determined by the technical evaluation, cost information can become the determining criteria. Technical Criteria will be 60% and Cost will be 40% determining factors for this award. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2011). See attachment for full text and instructions for completion. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (June 2010), applies to this acquisition and is incorporated by reference. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011). See attachment for full text. Submit quote to: Aberdeen Area Indian Health Service Attn: Courtney Davis, Contract Specialist 115 4th Ave. SE, Room 309 Aberdeen, SD 57401 Or fax to 605-226-7669 or email courtney.davis@ihs.gov Contractors intending to conduct business with the Federal Government must register with the Central Contractor Registration (CCR) database prior to award. The CCR is the primary Government repository, which retains information on Government contractors. You may register via the Internet at http://www.ccr.gov or by calling (888) 227-2423 or (269) 961-5757. No contract award shall be made to any vendor listed on the OIG Exclusion List at http://exclusions.oig.hhs.gov throughout the duration of the contract. ACCEPTANCE PERIOD: Your quotation must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-12-069/listing.html)
 
Place of Performance
Address: Spirit Lake Health Center, 3883 74th Ave. NE, Fort Totten, North Dakota, 58335, United States
Zip Code: 58335
 
Record
SN02645571-W 20111229/111227233455-c21927ff31b26b913c864ae301461233 (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.