Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2024 SAM #8335
SOLICITATION NOTICE

R -- Health Information Management Support Services

Notice Date
9/20/2024 11:32:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH - CC BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-CC-25-000072
 
Response Due
10/7/2024 1:00:00 PM
 
Archive Date
10/22/2024
 
Point of Contact
Lu Chang
 
E-Mail Address
lu-chang.lu@nih.gov
(lu-chang.lu@nih.gov)
 
Description
Acquisition Description: This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-04. The North American Industry Classification System (NAICS) code for this procurement is # 56110 - Office Administrative Services (size standard: $12,500,000). The requirement is being competed as full an open competition and is a small business set aside. All vendors submitting an offer must be small businesses under this NAICS and submit paperwork or SAM registration status showing they are a small business. The Solicitation number is RFQ-CC-25-000072 and the solicitation is issued as a Request for Quotes (RFQ). National Institute of Health�s Clinical Center has the Health Information Management Division� (HIMD) (collectively �Program�) which provides standard health information management services to the entire NIH CC and its registered patients. This Performance Work Statement issued by the NIH CC Department of Clinical Research Informatics (DCRI) Health Information Management Division (HIMD), describes the expected outcomes and performance standards which will consist of requirements associated with providing health information management customer service hours (release of information, telehealth support, patient portal support, and patient pre-registration); diagnostic and procedural coding and abstracting;, and dictation and transcription of medical reports, letters, and pathology reports to support patient care services and clinical research in a federally funded research hospital.� Program seeks a contractor to assist in efficient customer service, diagnostic and procedural coding and abstracting, and transcription medical reports, letters, and pathology reports in order to provide the best patient care support services possible. See Statement of Work (SOW) for more details. Place of Performance or Delivery: The Period of Performance is one base year, plus an estimated two option year periods depending on need and funding availability. Base Year: 11/01/2024 to 10/31/2025 Option Year 1: 11/01/2025 to 10/31/2026 Option Year 2: 11/01/2026 to 10/31/2027 Place of Performance: 10 Center Drive BLDG 10 - Clinical Center��� Room B1L400 Bethesda, 20814 MD Quote responses should include the price breakdown for the required base year and two (2) one-year options periods. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (SEPT 2023) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (DEC 2022) FAR 52.204-7 System for Award Management (OCT 2018) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (JAN 2017) 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (DEC 2022) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (SEP 2023) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. The government intends to award a �firm fixed price� order (in the form of a PO, IDIQ, or BPA) to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The government will evaluate quotes to determine the proposal that conforms to the solicitation and presents the best value to the government (eg. the most advantageous to the Government based on price, performance, availability of funds, etc.). The award will be made based on factors including but not limited to the technical capability to meet the requirements/technical factors, price, and past performance. For this solicitation, price will be a factor in the selection, but technical factors shall be just as important or more important than price. Please see the technical evaluation criteria document for more details. All questions must be submitted by September 27, 2024 @ 11:00 AM EST. Submission shall be received not later than 10/07/2024 by @ 4:00 PM EST. Offers may be emailed to Lu Chang at by the date and time stated above. Offers shall include RFQ number in the subject line (RFQ-CC-25-000072). Late submission shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via email to the respective contacts above.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7843011250c94d628f51284861fbdde4/view)
 
Place of Performance
Address: Bethesda, MD 20814, USA
Zip Code: 20814
Country: USA
 
Record
SN07219521-F 20240922/240920230117 (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.