SOLICITATION NOTICE
Q -- TELERADIOLOGY INTERPRETATIONS FOR OKLAHOMA AREA, NEW MEXICO AREA, AND PINE RIDGE SD INDIAN HEALTH SERVICES
- Notice Date
- 1/6/2020 2:38:02 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621512
— Diagnostic Imaging Centers
- Contracting Office
- OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
- ZIP Code
- 73114
- Solicitation Number
- 246-20-P-0020
- Response Due
- 1/10/2020 2:30:00 PM
- Archive Date
- 02/15/2020
- Point of Contact
- Edson Yellowfish, Phone: 4059513888
- E-Mail Address
-
Edson.Yellowfish@ihs.gov
(Edson.Yellowfish@ihs.gov)
- Description
- 2nd Update to include questions and answers submitted 12/31/2019. Updated 12/31/2019 to include question and answers submitted on 12/31/2019. 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) # 246-20-P-0020. This procurement is being conducted under NAICS code 621512 with a standard business size of $15M, on an unrestricted basis.� 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 a one year period of service, as well as a firm, fixed-price rate for each of the four (4) option years, as outlined in FAR clause 52.212-1 below.���� The closing date for receipt of quotes is January 10 2020.� All 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. CST, on January 10 2020.� The offer must be submitted in a sealed envelope, addressed to this office, showing the solicitation number, business name, point of contact name, and address.� Emailed RFQ�s will not be accepted, please do not email RFQ�s.� All qualified vendors will review the following and submit applicable information.� Question/clarification submittal(s) can be emailed to Edson.Yellowfish@ihs.gov.� No question/clarification submittal(s) will be taken after December 31 2019.� No phone inquiries! STATEMENT OF WORK � TELERADIOLOGY INTERPRETATIONS FOR OKLAHOMA AREA AND NEW MEXICO AREA INDIAN HEALTH 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) applicable to this acquisition can be accessed on the Internet at http://www.farsite.hill.af.mil. The provisions of 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018) & 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 (IHS), price and factors below considered. The following factors shall be used to evaluate quotes: Management Approach Technical Capabilities & Qualifications Past Performance Price All factors shall be equal in importance.� Quotes will be evaluated on a 1-10 scale as follows: 10) Excellent, 8) Good, 6) Satisfactory 4) Marginal and 1) Unsatisfactory In addition to the information required in FAR 52.212-1 & FAR 52.212-2, 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) Ability to display any 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 firm fixed-price for all teleradiology interpretation types for 12-month periods of a Base Year, Option Year 1, Option Year 2, Option Year 3, and Option Year 4 (5) Two (2) relevant past performances that shall include contract number, location, duration, dollar amount, and project officer contact information. MINIMUM EVALUATION CRITERIA THE INDIAN HEALTH SERVICE WILL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THESE EVALUATION CRITERIA AS FOLLOWS BELOW: � A) registration in the System for Award Management (SAM) database B) Propose and provide a pricing structure for an all-inclusive firm fixed-price for: 1. Plain Film Teleradiology Interpretations 2. Mammography Teleradiology Interpretations 3. CT Teleradiology Interpretations 4. Ultrasound Teleradiology Interpretations 5. DEXA Teleradiology Interpretations 6. MRI Teleradiology Interpretations 7. Transcription Services 8. On-Site Weekday Radiology Clinics (Claremore only) 9. On-Site Weekend/Holiday Radiology Clinics (Claremore only) 10. STAT and Urgent CT Interpretations with additional pricing for Option Years 1-4 as noted in 52.212-1 Instruction to Offerors.� � C) Current Licensure, Curriculum Vitae, and certifications of all practicing radiologists for the requirement as applicable D) Proof of current medical insurance in the appropriate amount of $1,000,000 per occurrence and $3,000,000 aggregate. E) Documentation of two (2) relevant past performances to include contract number, location, duration, dollar amount, and project officer contact information. F)� Management Plan and Organizational Chart
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/075004d21c1b435aaf2452c17d61eeb5/view)
- Record
- SN05527115-F 20200108/200106230127 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |