Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 06, 2018 FBO #6039
MODIFICATION

Q -- Radiology Services

Notice Date
6/4/2018
 
Notice Type
Modification/Amendment
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Portland Area Office, 1414 NW Northrup Street, Suite 800, Portland, Oregon, 97209, United States
 
ZIP Code
97209
 
Solicitation Number
WOSU810518
 
Archive Date
2/27/2018
 
Point of Contact
Elida Monroe, Phone: 5034145528
 
E-Mail Address
elida.monroe@ihs.gov
(elida.monroe@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation number WOSU8105 applies, and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The North American Industry Classification System ( NAICS) code is 621399 with a size standard of $7.5M. The Indian Health Service (IHS), Division of Acquisition Policy intends to solicit a labor hour purchase order to Small Businesses only. The Contract Line Items (CLINs) and pricing structure are as shown below. CLIN 0001 (Period of performance) Est. Week of June 11, 2018 to December 31, 2018. – Radiology Services at Western Oregon Service Unit/Indian Health Service. Hourly Rate$_________, Total (Est. 280 Hrs) $_____________ The IHS is in need of radiology services for the Western Oregon Service Unit 3750 Chemawa Road, NE, Salem, Oregon. The contractor will work at the Service unit site. See the attached for the detailed scope of work. The delivery and acceptance term for this order is FOB Destination. The provision at 52.212-1, Instructions to Offerors – Commercial Items (Apr 2014), applies to this acquisition and a statement regarding any addenda to the provision 52.212-2, Evaluation – Commercial Items (Oct 2014) (a) The following factors shall be used to evaluate the offer: The acceptability of the Technical Quotation and Price. ** See the technical evaluation factors. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items (March 2015), with its offeror. FAR 52.212-4 Contract Terms and Conditions – Commercial Items (May 2015) applies to this acquisition. The following addendum applies: Address for submission of invoices is Indian Health Service, Office of Finance and Accounting/DFO, 801 Thompson Ave, TMP 360, Rockville, MD 20852. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (May 2015) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (1) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). _X_ (2) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). _X_ (3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). _X_ (4) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (5) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). _X_ (6) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (7) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (8) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). _X_ (9) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X_ (10) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). _X_ (11) 52.222-54, Employment Eligibility Verification (Jul 2012). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) _X_ (12) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). _X_ (13) 52.232-33, Payment by Electronic Funds Transfer— System for Award Management (Jul 2013) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: _X_ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). _X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X_ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). (End of Clause) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.acquisition.gov/far/. n/a Quotation is due by 3:00 pm June 7, 2018. Email the quotation to elida.monroe@ihs.gov. If you have any technical questions the contact is Angela Zimmerman at 503-304-7669. Contractors must confirm IHS’ receipt of their quotation. POC is Elida Monroe. Contract Specialist, elida.monroe @ihs.gov. STATEMENT OF WORK Background: This contract will result in a firm fixed priced for radiology services in the Salem, Oregon Area. Objective: The Contractor will provide radiology services in support of the safe and effective care for uninsured patients of Western Oregon Service Unit (WOSU). Location and Period of Performance: All services will be provided at the Contractor’s place of business, off-site from WOSU. On-site point of contact: WOSU Management Analyst Telephone Number: 503-304-7600 Services are to be performed during the Contractor’s business hours. Deliverables: The Contractor shall provide off-site radiology services to WOSU patients. For insured patients, the Contractor will ensure that insurance company is billed for all services provided. No additional payments will be made by WOSU for those patients with insurance. The Contractor will provide monthly invoices as follows: For uninsured patients, charges will be based upon the agreed upon schedule. For patients with a co-pay, WOSU will take responsibility for the co-pay. EVALUATION FACTORS TECHNICAL QUOTATION SUBMISSION REQUIREMENT The Offeror shall submit a resume(s) and detailed technical approach for the evaluation. Also, the Offeror shall certify that the information provided is true and complete. The submission shall be limited to five (5) pages and shall provide the following information: a. Resume detailing the experience, education, and special qualifications of the key personnel; b. Contractor’s detailed methodology to meet the agency’s requirements stated in the attached statement of work; and, d. Contractor’s proposed deliverables to the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-PORTLAND/WOSU810518/listing.html)
 
Place of Performance
Address: WOSU, 3750 Chemawa Road, NE, Salem, Oregon, 97301, United States
Zip Code: 97301
 
Record
SN04942138-W 20180606/180604230543-90a8322dae87760087499d14d103527d (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.