Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2020 SAM #6748
SOLICITATION NOTICE

Q -- Radiographic Reading/Interpretation Services

Notice Date
5/19/2020 2:12:25 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
 
ZIP Code
57401
 
Solicitation Number
CRHC20-21
 
Response Due
6/19/2020 12:00:00 PM
 
Archive Date
07/04/2020
 
Point of Contact
Stephanie Redelk-Charger, Phone: 605-964-0507, Fax: 605-964-7737, Danielle Chasing Hawk, Phone: 605-964-0605, Fax: 605-964-7737
 
E-Mail Address
stephanie.redelk@ihs.gov, Danielle.ChasingHawk@ihs.gov
(stephanie.redelk@ihs.gov, Danielle.ChasingHawk@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i) a. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. b. The Indian Health Service/Great Plains Area intends to award a Firm Fixed-Price, Non-Personal Services, Indefinite Delivery/Indefinite Quality (IDIQ) contract, to provide Radiographic Reading/Interpretation Services, for: 1) Cheyenne River Health Center located in Eagle Butte, South Dakota, 2) Lower Brule Health Center located in Lower Brule, South Dakota and 3) Fort Thompson Health Center located in Fort Thompson, South Dakota.� The contract resulting from this solicitation will not obligate funds; funds must be obligated prior to ordering through the issuance of a task order.� All orders may be submitted electronically, facsimile, or hard copy. (ii) This solicitation is being issued under solicitation number CRHC20-21. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, dated 05/6/2020 (iv) This is a Total Small Business Set-Aside and the associated NAICS code is 621111, with a Small business Size Standard of� $12 Million, Product Service Code is Q522 � Medical � Radiology. (v) Services purchased through this contract will be Radiographic Reading/Interpretation Services for patient care.� A list of line items, quantities/units of measure at attached.� The �Unit Price� is an all-inclusive cost.� All �inclusive cost� is defined to include, but not limited to travel, lodging, per diem, benefits, fuel, freight etc., plus all other costs pertinent to the performance of this contract.� The period of performance will be a base year, plus the option to exercise, Four-One(1) year option terms.� (vi) Description of Services: Include, but not limited to, Radiographic Reading & Interpretation Services of Plain Films, CT, Ultrasound and MRI.� Up to 4 peer reviews per year, up to 2 on-site visits per year and import of Radiology Reports into the governments system.� See Attached performance work statement and schedule. (vii) The period of performance will include one base year, plus the option to exercise four (4) option years. �Delivery and acceptance terms for this order are with the PWS. POP: Base Yr: 7/1/2020 � 6/30/2021, OY1: 7/1/2021 � 6/30/2022, OY2: 7/1/2022 � 6/30/2023, OY3: 7/1/2023 � 6/30/2024 & OY4: 7/1/2024 � 6/30/2025. (viii) The provision at 52.212-1, Instructions to Offerors � Commercial Items (Oct 2018), applies to this acquisition.� Quotes shall be submitted on company letterhead stationary, signed and dated; it shall include, at a minimum; Solicitation number CRHC20-21 Closing Date: June 19, 2020 at 1:00pm MST Name, address, telephone number of the offeror and email address of the contact person Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation.� Terms of any express warranty Price and any discount terms �Remit to� address, if different than mailing address A completed copy of the representations and certifications at FAR 52.212-3 Acknowledgement of Solicitation Amendments, if issued A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation.� Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration (ix) The basis for award will be based on �Best Value� with trade-offs that takes in consideration the evaluation factors listed below. Therefore, in addition to price the government will consider the evaluation factors in determining the successful quote that represent best value to the government. Under best value principles, there is no requirement that a contract be awarded on the basis of lowest price. Offeror is to bid on the Base Year and each Option Year. IHS reserves the right to make a single award or multiple awards, whichever is most advantages to the Government. This is a competitive solicitation and the offer your firm submits will be used by the Indian Health Service to determine, which offer is the �Best Value� to the government. Be advised that the quantities listed within are, �estimates only� and it is not the intent of the government to be obligated to order the �quantities�. Evaluation Process For Award: The government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.� The following factors shall be used to evaluation offers: 1. Technical Approach and Management Plan, 2. Relevant Past Performance, 3. Price All evaluation factors other than cost or price, when combined, are more important than cost or price. The Government will conduct a best value evaluation to determine offeror(s) for award.� In doing so the Government may awared to other than the lowest priced proposal or other than the highest technically rated proposal.� The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2018), with its offer.� The offeror shall complete only paragraphs (b) of the provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition.� (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items (Aug 2019) � See attachment for full text. (xiii) Any additional contract requirement(s) or terms and conditions are determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices (i.e. warranty requirements, HHSAR, etc..) are attached. (xiv) N/A (xv) Offerors are due on June 19, 2020 by 1:00 PM MST, and can be mailed, e-mailed (Stephanie.RedElk@ihs.gov), or Fax to: 605-964-7737. �Offeror must confirm the receipt of the proposal by IHS. (xvi) Point Of Contacts:� Danielle Chasing Hawk, Contracting Officer, Danielle.ChasingHawk@ihg.gov, 605-964-0605 or Stephanie RedElk-Charger, Purchasing Agent, Stephanie.RedElk@ihs.gov, 605-964-0507, (xvii) Contractor will need a DUNS number, TIN number, and be active & registered in SAM at www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c9ab34e158cb49769894358687504de0/view)
 
Place of Performance
Address: Eagle Butte, SD 57625, USA
Zip Code: 57625
Country: USA
 
Record
SN05662420-F 20200521/200519230152 (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 |
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.