Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
SOLICITATION NOTICE

Q -- Mobile Unit MRI Services - RFQ-17-022

Notice Date
1/10/2017
 
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-17-022
 
Archive Date
2/18/2017
 
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
Service-Disabled Veteran-Owned Small Business
 
Description
Forms to Complete Attachments Wage Determination, Provisions, and Clauses SF-1449, SOW, and QASP This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR (Federal Acquisition Regulations) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is Request For Quote-17-022. The solicitation document incorporated provisions and clauses are those in effect through FAC (Federal Acquisition Circular) 2005-93-1. This is a Service-Disabled Veteran-Owned (SDVOSB) Set-Aside solicitation. NAICS code is 621512 - Diagnostic Imaging Centers, Small Business Size Standard is $15.0 Million. The unit pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state, and local taxes) plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates. Contract Line Items: Base Year: April 1, 2017 through March 31, 2018 1. Mobile Unit MRI Services: 1-day, every 2-weeks 26 Days @$_________ per Day, totaling $_________ Option Year One (1): April 1, 2018 through March 31, 2019 2. Mobile Unit MRI Services: 1-day, every 2-weeks 26 Days @$_________ per Day, totaling $_________ Option Year Two (2): April 1, 2019 through March 31, 2020 3. Mobile Unit MRI Services: 1-day, every 2-weeks 26 Days @$_________ per Day, totaling $_________ Option Year Three (3): April 1, 2020 through March 31, 2021 4. Mobile Unit MRI Services: 1-day, every 2-weeks 26 Days @$_________ per Day, totaling $_________ Option Year Four (4): April 1, 2021 through March 31, 2022 5. Mobile Unit MRI Services: 1-day, every 2-weeks 26 Days @$_________ per Day, totaling $_________ Total $___________ The Great Plains Area Office is soliciting quotes for a Firm Fixed-Price, Non-Personal Services contract for Mobile Unit MRI (Magnetic Resonance Imaging) Services for the Cheyenne River Health Center, Cheyenne River IHS Hospital, 24276 166th Street, Airport Road, Eagle Butte, South Dakota 57625. Mobile Unit MRI Services include: (List is not all-inclusive.) (See SOW for specifics.) 1. Provide medical MRI studies and supply any needed contrast. 2. Implement RRS (Rapid Response System) in response to a contrast reaction by a patient. 3. Adhere to JCAHO (Joint Commission on Accreditation of Health Care Organizations standards. 4. Provide weekly (or other frequency) accomplishment reports. The period of performance will be from April 1, 2017 through Marcy 31, 2018 with four 1-year option periods with performance dates of April 1, 2018 through March 31, 2019; April 1, 2019 through March 31, 2020; April 1, 2020 through March 31, 2021; and April 1, 2021 through March 31, 2022 respectively. The following Wage Determination is applicable to this solicitation: Wage Determination No. 2015-5377, Revision No. 2, dated 12/30/2016. INSTRUCTION TO OFFERORS: Quote must contain the following documents in order to be considered responsive and eligible for an award: 1. If applicable, Licensure Requirement form with a copy of the license. 2. For each potential candidate, a completed and signed Agreement to a Temporary Waiver of Character Investigation form. 3. For each potential candidate, a completed and signed Optional Form 306 Declaration for Federal Employment. 4. For each potential candidate, a completed and signed Optional Form 306 Addendum to Declaration for Federal Employment. 5. Copy of Malpractice Insurance Coverage 6. Active, current, full, and unrestricted license to practice. 7. If applicable, MD Degree from an accredited School of Medicine. 8. Current CV/Resume. Completion of 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 2016). This information must be submitted by the Offeror. See Section L for full text. See Section M for Past Performance Questionnaire Form. 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 1-11 listed under Instructions to Offerors. B. Ability to obtain an IHS Data Exchange Agreement. and the following evaluation criteria: 1. Problem and Approach - A) Explain the proposed technical approach in conjunction with the tasks outlined in the Statement of Work. B) Submit a detailed work plan indicating how each aspect of the Statement of Work is to be accomplished. C) Explain how the work/project is to be organized, staffed, and managed. 2. Past Performance - Complete attached Past Performance Questionnaire: A) Identify one contract you consider to be the most successful with your reasoning. B) Identify, at least 3, other contracts of similar work and indicate your record of performance. C) Identify 5 other contracts of work you deem similar if you have no previous experience with the work requirements of this solicitation. 3. Key Personnel - A) List professional personnel and key employees that will be assigned to this project. B) Curriculum vitae and resume shall be provided for each individual. 4. Management - Provide the following information in sufficient detail to allow a complete analysis of the offeror's management capabilities and responsibility. A) Financial capability to perform the Statement of Work. B) Capability to meet delivery or performance schedules. C) Possession of necessary organization, experience, and technical skills to perform the work, or the ability to obtain them. D) Possession of required facilities. 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 (Dec 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 (Jan 2017). The full text of a clause may be accessed electronically at: https://www.acquisition.gov/?q=browsefar Quote is are due on February 3, 2017 @3:00pm CDT/CST. Submit quote 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-17-022/listing.html)
 
Place of Performance
Address: 24276 166th Street, Airport Road, Eagle Butte, South Dakota, 57625, United States
Zip Code: 57625
 
Record
SN04367976-W 20170112/170110234418-fd3167218009baed44b1a99c4f0920c4 (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  © 1994-2020, Loren Data Corp.