SOLICITATION NOTICE
Q -- Mobile MRI Unit Lease and Staff - Solicitation Package
- Notice Date
- 11/6/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532120
— Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
- 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-15-005
- Archive Date
- 12/2/2014
- Point of Contact
- Nichole R. Lerew, Phone: 6052267567
- E-Mail Address
-
nichole.lerew@ihs.gov
(nichole.lerew@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Package 2 of 2 Solicitation Package 1 fo 2 A. 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. B. The Aberdeen Area Indian Health Service (IHS) intends to award a firm-fixed price, non-personal service purchase order, commercial item, in response to Request for Quote (RFQ) RFQ-15-005. C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. D. The RFQ is issued as a 100% small business set-aside and the associated NAICS Code is 532120, which has a small business standard of $35.5. E. The unit 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. Utilize your most competitive and reasonable rates. 1. Complete attached price quote sheet. F. Mobile MRI Unit Lease with Staff G. Services will be provided at the Pine Ridge PHS, IHS Hospital, E. HWY 18, Pine Ridge, South Dakota. The period of performance will January 6, 2015 through March 6, 2015. H. FAR 52.212-1 Instructions to Offerors-Commercial Items (April 2014). Quotes shall be submitted on company letterhead stationery. Signed and dated. And it shall include: 1. Solicitation number RFQ-14-038. 2. Closing Date: March 17, 2014 at 3:00 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 than mailing address. 8. A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically). 9. Acknowledgment of Solicitation Amendments (if any issued) 10. Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information) 11. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. In addition, Contractors shall provide the following: • Complete and sign Agreement to a temporary provisional of character investigation. • Complete and sign the Declaration for Federal Employment - Optional Form 306. • Complete and sign Addendum to Declaration for Federal Employment (OF306). • Copy of malpractice insurance coverage. • MRI Technologist a. Copy of basic life support (BLS) certification b. Copy of immunizations including TDAP and TB testing c. Copy of latest competencies on the MRI equipment d. Resume e. Copy of training on MRI equipment f. Copy of education accredited by the Joint Review Committee on Education in Radiologic Technology g. Copy of MRI certification from American Registry of Radiologic Technologists (ARRT) • Mobile Unit Driver a. Copy of Commercial Driver's License (CDL) b. Resume c. Copy of training or competency on the mobile unit setup • Mobile MRI unit and equipment a. Manufacturer Disclosure Statement, MDS2 form b. Specifications i. MRI ii. MRI coils iii. Mobile unit iv. Power injector v. O2 saturation monitor vi. Handicapped lift vii. Contrast media warmer c. FDA Approval d. MRI license for PACS e. Interface between MRI scanner and PACS f. Optical disk archival device g. List of supplies with manufacturer name and model number i. Oxygen ii. Tubing iii. Contrast media iv. Code kit v. Disposable supplies h. Operating system of computer equipment i. Information regarding data wiping and destruction verification • Electrical connection of mobile unit I. FAR 52.12-2 Evaluation-Commercial Items (October 2014). See attachment for full text and instructions. J. FAR 52.212-3 Offer Representations and Certifications-Commercial Items (November 2014) See attachment for full text. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. K. FAR 52.212-4 Contract Terms and Conditions-Commercial Item (May 2014) Applied to this acquisition and it's incorporated by reference. L. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (October 2014) See attachment for full text. M. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including below. N. Submit proposal to: Aberdeen Area Indian Health Service Attn: Nichole Lerew, Supervisory Contract Specialist 115 4th Ave. SE, Room 309 Aberdeen, SD 57401 Or fax to 605-226-7669 or email nichole.lerew@ihs.gov Questions in regards to this solicitation shall be submitted in writing by either email, fax or mail. The last day to submit questions is November 10, 2014. A CONTINUING RESOLUTION, also known as a "CR" is legislation enacted by congress that continues funding for specific ongoing activities if the fiscal year appropriation has not been enacted by the beginning of the fiscal year. "Due to the Continuing Resolution, funds are presently available through December 11, 2014 (H.J. Res. 124). The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond December 11, 2014. If funds are made available to the Contracting Officer for performance beyond the above cited date, the Contractor will receive notification in writing by the Contracting Officer." A security pre-clearance must be performed for any employees referred to IHS through this contract. Fingerprints must be completed and adjudicated prior to services being performed under this contract. No contract award shall be made to any vendor or provider listed on the OIG Exclusion List http://exclusions.oig.hhs.gov throughout the duration of the contract. It shall be the responsibility of the contractor to notify the acquisition official if there is a change in provider. Performance of this contract will require routine access by employees of the Contractor or its subcontractors to facilities or systems controlled by the Indian Health Service (I.H.S.). Before starting work requiring routine access to I.H.S. facilities or systems each person must complete a FBI National Criminal History Check (Fingerprint Check) adjudicated by an I.H.S. employee using the Office of Personnel Management Personnel Investigations Processing System. Contractors shall allow five business days for I.H.S. processing of fingerprints taken electronically at an I.H.S. site and thirty business days for non-electronic processing of fingerprints using FBI Form FD-258. A list of I.H.S. sites with electronic fingerprint capability is available from the Contracting Officer. In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the HHS Office of Inspector General List of Excluded Individuals/Entities (LEIE), http://exclusions.oig.hhs.gov. As soon as practicable prior to the start of work, the performance of the work the Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting Officer the names of any additional or substitute employees for screening before they begin work. The Contractor is responsible for conducting security preclearance investigations in sufficient depth to ensure that each Contractor or subcontractor employee referred to I.H.S. is not on the LEIE and can obtain a favorable fingerprint clearance. Each security preclearance shall be conducted sufficiently in advance of the start of performance to avoid delays caused by denial of access. If this is a Time and Materials, Labor-Hour or Cost Reimbursement contract, the contractor shall not charge for or be reimbursed for labor hours or other costs incurred for employees who are unable to perform due to denial or access or the excess time required to resolve and clear unfavorable security clearance findings. If this is a Fixed Price contract, denial of access due to security clearance findings shall not be a basis for excusable delay or an increase to the contract amount. Government will pay for the cost to process the contractor's suitability clearances. However, multiple investigations for the same position may, at the Contracting Officer's discretion, lead to reduction(s) in the contract price of no more than the cost of the extra investigation(s). ACCEPTANCE PERIOD: Your proposal 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 30 days from the date of receipt by the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-15-005/listing.html)
- Place of Performance
- Address: East Highway 18, Pine Ridge, South Dakota, 57770, United States
- Zip Code: 57770
- Zip Code: 57770
- Record
- SN03568384-W 20141108/141106234732-a65c55d29b76d7c03ed2546c2782fbe0 (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 |