Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2016 FBO #5404
SOLICITATION NOTICE

Q -- Medical Technologist Services - RFQ-16-124

Notice Date
9/7/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
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-16-124
 
Archive Date
9/28/2016
 
Point of Contact
Connie R Valandra, Phone: 605-226-7567
 
E-Mail Address
connie.valandra@ihs.gov
(connie.valandra@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Forms to Complete Attachments SOW, Provisions, and Clauses This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR (Federal Acquisition Regulations) 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. The solicitation number is Request For Quote-16-124.The solicitation document incorporated provisions and clauses are those in effect through FAC (Federal Acquisition Circular) 2005-89-1. This is an Open-Market solicitation. NAICS code is 561320 - Temporary Help Services, Small Business Size Standard is $27.5 Million. The unit pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state, and local taxes) plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates. Contract Line Items: 1. Medical Technologist Services 1,040 Regular Hours @$______ /Hour, totaling $________ 2. Medical Technologist Services 200 Overtime Hours @$______ /Hour, totaling $________ Total $________ The Great Plains Area Office is soliciting proposals for a Firm Fixed-Price, Non-Personal Healthcare Services contract for Medical Technician Services, Laboratory Department for the Cheyenne River Health Center, Cheyenne River IHS Hospital, 24276 166th Street, Airport Road, Eagle Butte, South Dakota 57625. Medical Technician Services include: (List is not all-inclusive.) 1. Perform independently and utilize standard procedural guidelines. 2. Technical knowledge and experience to recognize discrepancies in procedure and test results. 3. Use Quality Control Procedures and re-check questionable results. 4. Record and report individual testing results. 5. Assist with procedure counts for monthly reports to Area and CMS. 6. Prepare and record specimen(s) for mailing. The period of performance will be from six (6) months from the Date of Award. INSTRUCTION TO OFFERORS : Proposal must contain the following documents in order to be considered responsive and eligible for an award: 1. Copy of registration with American Society of Clinical Pathologists or equivalent board accrediting agency. 2. Current Resume. 3. Copy of Certificate of Liability Insurance Coverage Complete the attached FAR and HHSAR (Health and Human Services Acquisition Regulations) provisions and clauses applicable to this acquisition, including: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2015). This must be submitted by the Offeror. See attachment for full text. See Section L for Past Performance Questionnaire Form. At least 3 and no more than 5 questionnaire forms shall be completed for evaluation purposes. FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014). 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. Award shall be made to the Lowest Price, Technically Acceptable offer. The following factors shall be used to evaluate offers: A. Items 1-3 listed under Instructions of Offerors. B. Knowledge and ability to operate a hematology analyzer, coagulation analyzer, chemistry analyzer, and urinalysis analyzer. C. Knowledge and skills to assess quality control issues in all areas of the laboratory and document corrective actions. D. Knowledge and skills to work with the RPMS computer system and Electronic Health Records. E. Knowledge and skills to perform phlebotomy procedures on all ages of patients. F. Ability to work all shifts. Award will be made on an "all-or-none" basis to the lowest responsive and responsible offeror. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Jul 2016). This must be completed by the Offeror. 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 (q) of this provision. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (May 2015) (Incorporated by Reference; and FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2016). The full text of a clause may be accessed electronically at: https://www.acquisition.gov/?q=browsefar Proposals are due on September 13, 2016 @3:00pm CDT/CST. Submit proposals to: Great Plains Area Indian Health Service Attn: Connie Valandra, Contract Specialist Federal Building, Room 309 115 4th Avenue Southeast Aberdeen, South Dakota 57401-4360 Telephone: 605/226-7567 Facsimile: 605/226-7669 E-mail: connie.valandra@ihs.gov Note to the Proposed Contractor : Security Clearance Performance of this contract will require routine access by employees of the Contractor or its subcontractors to facilities or systems controlled by the IHS (Indian Health Service). Before starting work requiring routine access to IHS facilities or systems each person must complete an FBI National Criminal History Check (Fingerprint Check) adjudicated by an IHS employee using the Office of Personnel Management Personnel Investigations Processing System. Contractors shall allow five business days for IHS processing of fingerprints taken electronically at an IHS site and thirty business days for non-electronic processing of fingerprints using FBI Form FD-258. A list of IHS sites with electronic fingerprint capability is available from the Contracting Officer. The IHS utilizes the eQIP (Electronic Questionnaire Investigations Processing) system to process background investigations. Contractors are required to work with the Service Unit Background Coordinator or other designee to properly complete their eQIP entry without error. Proper submission of the eQIP entry to the OPM (Office of Personnel Management) is required prior to the individual being allowed to begin their performance under this contract. Computers have been provided to the Service Unit for this purpose. OIG Exclusion List No contract award shall be made to a vendor or provider listed on the OIG Exclusion List (http://exclusions.oig.hhs.gov) throughout the duration of the contract. Should a candidate be found with a non-favorable security clearance it shall be the contractor's responsibility to replace the candidate working under the contract/purchase order with a suitable candidate. It shall be the responsibility of the contractor to notify the Acquisition Office is there is a change in provider. In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the LEIE (HHS Office of Inspector General List of Excluded Individuals/Entities), http://exclusions.oig.hhs.gov. As soon as practicable prior to 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 IHS 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. The 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 a reduction(s) in the contract price of no more than the cost of the investigation(s). EMPLOYEE HEALTH REQUIREMENTS Contract Providers shall provide health information, proof of immunizations as recommended by the CDC (Centers for Disease Control) concerning health-care workers in the United States. Health information must include previous immunization history and proof of the following immunization records: Hepatitis B (Vaccination-declination required), Measles, Mumps, Rubella (MMR), Varicella, Influenza, and Tuberculosis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-16-124/listing.html)
 
Place of Performance
Address: 24276 166th Street, Airport Road, Eagle Butte, South Dakota, 57625, United States
Zip Code: 57625
 
Record
SN04259365-W 20160909/160907235026-00bee0581fe88b5a30b66d2e66134a74 (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.