Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOLICITATION NOTICE

Q -- Crownpoint Healthcare Facility - Non-Personal Computed Tomography Technician Services

Notice Date
4/19/2023 7:11:13 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
NAVAJO AREA INDIAN HEALTH SVC WINDOW ROCK AZ 86515 USA
 
ZIP Code
86515
 
Solicitation Number
IHS1469600
 
Response Due
5/4/2023 4:00:00 PM
 
Archive Date
05/19/2023
 
Point of Contact
Marshall Arviso, Phone: 5057866216, Brenda Joe, Phone: 5057866217
 
E-Mail Address
marshall.arviso@ihs.gov, brenda.joe@ihs.gov
(marshall.arviso@ihs.gov, brenda.joe@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
Description
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.� Solicitation no. IHS1469600 is issued as a request for quotation (RFQ).� The solicitation document incorporates provisions and clauses that are those in effect through Federal Acquisition Circular (FAC) 2023-01 Effective December 30, 2022. The solicitation is a Buy Indian Small Business Set aside under the North American Industry Classification System (NAICS) code 561320 � Temporary Help Services, with an associated small business size standard of $30.0 million. **Buy Indian set aside, per Buy Indian Act, 25 U.S.C. 47 and only quotes from Buy Indian small business will be accepted** This is a Labor-hour Non-personal Service Base Contract for one (1) Computed Tomography Technician (CT Tech), To provide uninterrupted outpatient/inpatient diagnostic radiologic technologist CT/X-ray services in the Radiology Department at the Crownpoint Healthcare Facility, in accordance with section 5.0 of the (PWS). The Contractor CT Tech will work Dayshifts from 7:00 am to 7:30 pm, or Night Shifts from 7:00 pm to 7:30 am both with a 30-minute lunch break. Overtime hours are not routinely scheduled, however when the department is short-staffed, overtime and call-back will be assigned by the Department Supervisor. On-Call: The contractor is off duty, but remains available by telephone for the purpose of being contacted when unanticipated situations arise, and remains within a reasonable call-back radius, and reports for duty within 45 minutes of contact, or if live on campus, within 30 minutes of contact. The total length of coverage will cover 52 weeks with a not to exceed 2288 hours. The period of performance is estimated to begin on May 1, 2023 or within thirty days after award. The Government DOES NOT guarantee a specific shift to any individual(s). NOTE: At the time of this announcement almost Full Coverage is needed, and the ability for contractor(s) to provide the capabilities of providing substitute providers in case of sudden absences. � � � � � � � � � � � � � � � **Offerors must read and follow these additional instructions to receive consideration. ** System for Award Management (SAM) Registration: FAR 4.1102 Policy�- Offerors and quoters are required to be registered in SAM at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements. Technical Proposal and Past Performance Information: � � � � � � Offerors should submit resumes, curricula vitae, and/or a written narrative that thoroughly addresses all three (3) non-price� evaluations factors listed in the Evaluation Factors section below. The narrative should be supported by evidence that gives� � � � � � credibility to the statements made by the offeror and in turn gives the Government enough information to understand and gain confidence in what the offeror is stating. There is no limit on the length of the narrative, but should be of a reasonable length and well supported. Medical Liability Insurance: (FAR 52.237-7) � � � � � �Provide evidence of Indemnification and Medical Liability insurance, $1,000.000 per specialty per occurrence, $3,000,000 aggregate, Price Proposal: � � � � � �Submit unit and extended pricing for each Contract Line Item Number (CLIN) listed. Pricing must be provided for every CLIN. Copies of Proposal: � � � � � �Only one copy of the proposal technical/past performance and price proposal is required to be�submitted. Offers can be submitted by email. IHS IEE Representation Form � Jan 2022 � 508 Compliant: � � � � � �Fill out the attached IHS Buy Act Indian Economic Enterprise Representation Form. Attachments: 1. Performance Work Statement (PWS) 2. Combined Synopsis/Solicitation 3. IHS IEE Representation Form
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/46d1e791763843bf9183c464c9b77fd0/view)
 
Place of Performance
Address: Crownpoint, NM 87313, USA
Zip Code: 87313
Country: USA
 
Record
SN06655493-F 20230421/230419230113 (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.