Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
MODIFICATION

Q -- MOBILE MAMMOGRAPHY SERVICES - OCAO - STATEMENT OF WORK

Notice Date
7/18/2018
 
Notice Type
Modification/Amendment
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
 
ZIP Code
73114
 
Solicitation Number
246-18-Q-0039
 
Archive Date
9/28/2018
 
Point of Contact
Edson Yellowfish, Phone: 405-951-3888
 
E-Mail Address
edson.yellowfish@ihs.gov
(edson.yellowfish@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
updated Statement of Work for Mobile Mammo requirement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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 is issued as Request for Quotes (RFQ) 246-18-Q-0039. This procurement is being conducted under NAICS code 621512 with a standard business size of $15.5M, on an unrestricted basis. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, effective January 24, 2018. The Indian Health Services intends to award a base plus four (4) option year contract for this requirement. Contractor shall provide a firm, fixed-price rate for one year period of service, with an option for an additional 4 years as outlined in FAR clause 52.212-1 below. Approximate start date for this requirement is September 1, 2018. The closing date for receipt of quotes is July 27 2018. Offers shall be submitted to the Oklahoma Area Indian Health Service, 701 Market Drive, Oklahoma City, Oklahoma 73114, no later than 4:30 p.m., on July 27 2018. The offer must be submitted in a sealed envelope, addressed to this office, showing the solicitation number, and your name and address. Please do not email RFQ's. Qualified vendors will review the following and submit applicable information. No phone inquiries! STATEMENT OF WORK - MOBILE MAMMOGRAPHY SERVICES See attached CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. The provisions of 52.212-1, Instructions to Offerors-Commercial Items (Jan 2017), applies to this acquisition. In addition to the information required in FAR 52.212-1, prospective contractors shall provide the following: (1) Dun and Bradstreet Number (note: Contractors must be registered in the System for Award Management (SAM) Registration to be eligible for award. This can be done at https://www.sam.gov/portal/public/SAM/#1) (2) Current licensure (any US state or territory) for all person(s) performing on this requirement (3) Medical Liability Insurance $1million/$3 million (4) All-inclusive mammogram pricing rate as stated in SOW for periods of Base Year - September 1 2018 to August 31 2019, Option Year 1 - September 1 2019 to August 31 2020, Option Year 2 - September 1 2020 to August 31 2021, Option Year 3 - September 1 2021 to August 31 2022, Option Year 4 - September 1 2022 to August 31 2023 (5) One (1) relevant past performances to include contract number, location, duration, dollar amount, and project officer contact information. The provisions of 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this acquisition. The Government intends to award one from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Price; (2) Qualifications and Experience; and (3) Past Performance. Quotes will be evaluated on a 1-5 scale as follows: 1) Excellent, 2) Good, 3) Satisfactory 4) Marginal and 5) Unsatisfactory The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 System for Award Management (Oct 2016), 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011), 52.223-6 Drug-free Workplace (May 2001), 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997), 352.224-70 Confidentiality of Information (Dec 18, 2015), 352.270-17 Crime Control Act-Reporting of Child Abuse (Jan 2006) and 352.270-18 Crime Control Act-Requirement for Background Checks (Jan 2006). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Jan 2018) applies to this acquisition. The following clauses apply: 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Sept 2016); 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014); 52.222-50, Combating Trafficking in Persons (March 2015); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013). EVALUATION CRITERIA Technical as well as price will be a deciding factor for award of a purchase order. The due date for this requirement is July 27 2018 4:30 PM CT. THE INDIAN HEALTH SERVICE WILL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THESE EVALUATION CRITERIA AS FOLLOWS: A) registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/. Please note that all parties interested in doing business with the Indian Health Services must be registered in the SAM database. B) Propose and provide an all-inclusive rate as stated in SOW for Mammogram services, with additional pricing need for Option Years 1-4 as noted in 52.212-1 Instruction to Offerors. C) Credentialing Packet to include current licensure for all personnel providing Mammogram services from any US State or territory. Vendor shall be ready to provide accreditation of mammography services and programs by the American College of Radiology. D) Proof of current medical insurance in the appropriate amount of $1,000,000 per occurrence and $3,000,000 aggregate. E) Documentation of one (1) relevant past performances to include contract number, location, duration, dollar amount, and project officer contact information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-18-Q-0039/listing.html)
 
Place of Performance
Address: OKLAHOMA CITY AREA INDIAN HEALTH SERVICES, 701 MARKET DRIVE, OKLAHOMA CITY, Oklahoma, 73114, United States
Zip Code: 73114
 
Record
SN04996447-W 20180720/180718230808-d72f19535e3f0cebf4e84f7257e73f68 (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.