Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 1,1999 PSA#2445

Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063

R -- TRANSCRIPTION SERVICES FOR NELLIS AFB FEDERAL HOSPITAL SOL F26600-99-QY168 DUE 100899 POC Maria Rodriguez, Contracting Craftsman, Phone 702-652-5352, Fax 702-652-5405, Email maria.rodriguez@nellis.af.mil -- Chris Prather, Contracting Journeyman, Phone 702-652-9571, Fax 702-652-5405, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F26600-99-QY1 68&LocID=885. E-MAIL: Maria Rodriguez, maria.rodriguez@nellis.af.mil. Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation (F26600-99-QY168) is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. This acquisition is set-aside exclusively for small business concern. The SIC code for this solicitation is 7371. Far 19 classifies small businesses as those that gross equal to or less than $5 million annually based on the average of the offeror_s past three fiscal years. The Contractor shall provide all management, supervision, manpower materials, supplies and equipment (except as otherwise listed), and shall plan, schedule, coordinate and assure effective, timely performance of all services described herein. The Contractor shall be required to provide transcription service in accordance with the specifications of this contract for the Mike O_Callaghan Federal Hospital (MOFH). The Contractor shall provide all personnel, supervision, reference materials, space and equipment to perform Medical/Legal Transcription Services. Completed work shall be delivered either in hard copy or via modem. Transcription services shall be provided by contract personnel that are trained and experienced in medical and legal transcriptions performed by the Federal Government. Dictation may be provided to the Contractor telephonically, on various sized cassette tapes (if the system is down) or by computerized dictation methods. The Contractor shall have the capability to receive and process this variety of dictated reports. The Air Force (AF) shall provide AF and/or MOFH forms, if needed, for emergency use but transcription to the MOFH shall be accomplished by computer link under normal procedures. The Contractor shall transcribe all radiology/nuclear medicine reports into the Composite Health Care System (CHCS) and electronically transmit all medicine reports to a Contractor-provided dedicated personal computer located at the MOFH via telecommunication lines. The government will provide guidelines for general format to be used for each type of report. Software used may be Microsoft Word 97 or 6.0 or WordPerfect 5.0 or higher version. All reports shall include, in addition to the dictated material, patient identification (if not given Contractor must contact QAE before transcribing to obtain correct information), name of contracting service, date of dictation, date of transcription, transcriber ID and job number identification from Remote Terminal Access System (RTAS). All dictation shall be transcribed and transmitted to the MOFH in accordance with the following timeframes: (1) ROUTINE _ 48 hours or less for reports/dictation, Monday through Friday, federal holidays excluded. (2) STAT _ 24 hours or less for reports/dictation, Monday through Friday, federal holidays excluded. (3) EMERGENCY _ 1 hour or less for reports/dictation which are identified to the Contractor through telephone contact as emergent. The Contractor shall provide a modem; stand-alone personal computer with laser printer; Microsoft Word 97 or 6.0 or WordPerfect 5.0 or higher version software. The government shall provide all telecommunication lines; modem access into the RTAS unit and the CHCS; three CHCS terminals with keyboards; RTAS supervision console. The Contractor shall present a quality control program, which through their experience in preparing this type of transcription, has proven to provide the needed levels of accuracy. In the event of a telecommunications failure and/or information security threats/contingencies, the Contractor shall arrange for the physical transportation of transcribed reports within established timeframes or for placing transcriptionists within the MOFH until the contingency is resolved. The Contractorshall be responsible for inputting radiology/nuclear medicine reports into the CHCS so it becomes part of the patient electronic record. The government intends to award a Blanket Purchase Agreement (BPA) with allowances for equitable adjustments for a five (5) year period after award date. Quotations should be a firm fixed price. Award will be made to the responsible, responsive offeror who provides the best overall value to the government. Evaluation factors include past performance, and price. Prior to award, a test shall be performed to confirm whether the contractor remote terminal access system is capatable with the governments system. Offerors must FAX or e-mail their offers and descriptive literature by 4:30pm PST 8 OCT 99. Past performance information shall be required prior to award. The following provisions apply to this solicitation: FAR 52.212-1, Instruction to Offerors-Commercial, FAR 52.212-2, Evaluation of Commercial Items, 52.212-3 Offeror Representations and Certifications-Commercial Items. Offerors who fail to submit a completed Representations and Certifications may be considered non-responsive, FAR 52.214-13 Telegraphic Bids, and DFARS 252.204-7004 Required Central Contract Registration. Lack of registration in Central Contractor Registration (CCR) will make an offeror ineligible for award. For solicitations after 1 June 98, all contractors are required to be registered in the CCR database to receive a DOD award or payment. In order to register, the contractor must have a DUNS#, available @ (800)-333-0505 or can register via Internet at http://ccr.edi.disa.mil. This takes approximately 48 hours, all other methods take approximately 30 days. The following clauses apply to this solicitation and resulting award: FAR 52.212-4 Contract Terms and Conditions _ Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders _ Commercial Items, Specifically, the following cited clauses are applicable: FAR 522.222-3 Convict Labor, Far 52.233-3 Protest After Award, FAR 52.222-37 Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans on the Vietnam Era, 52.232-18 Availability of Funds and Far 52.222-41 Service Contract Act of 1965 as amended. In compliance with the Service Contract Act of 1965 and the regulations of the Secretary of Labor, this clause identifies the classes of service for employees expected to be employed under the contract and state the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 USC 5341 or 5332. The following clauses also apply to this solicitation FAR 52.222-42 Statement of Equivalent Rates for Federal Hire, FAR 252.232-33 Mandatory Information for Electronic Funds Transfer Payment DFARS 252.232-7009 Payment by Electronic Funds Transfer Payment. Information concerning FAR clauses can be obtained at http:farsite.jill.af.mil. A copy of the wage determination No. 94-2331 Rev (13) (7/23/99) and FAR 52.212-3 Representations and Certifications are located on www.eps.gov. Contact SSgt. Maria Rodriguez, Contracting Specialist at (702) 652-5352 or by e-mail Maria.Rodriguez@nellis.af.mil or TSgt. Chris Prather, Contracting Officer at (702) 652-9561 or by e-mail Chris.Prather@nellis.af.mil for information regarding this combined synopsis/solicitation. The FAX number is (702) 652-5405. Further information concerning this combined synopsis/solicitation (Statement of Work, Terms and Conditions, Reps & Certs) can also be accessed via Internet on the Electronic Posting System www Posted 09/29/99 (D-SN386287). (0272)

Loren Data Corp. http://www.ld.com (SYN# 0076 19991001\R-0009.SOL)


R - Professional, Administrative and Management Support Services Index Page