SOLICITATION NOTICE
Q -- Medical Transcription Services
- Notice Date
- 4/23/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
- ZIP Code
- 98431-1110
- Solicitation Number
- DADA13-03-R-0001
- Response Due
- 4/30/2003
- Archive Date
- 6/29/2003
- Point of Contact
- Wanda Reed, 253-968-4916
- E-Mail Address
-
Western Regional Contracting Office
(wanda.reed@nw.amedd.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- NA 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 method of submission for solici tations and proposals. The anticipated date of release is 24 April 2003 and the closing date is 30 April 2003. The solicitation DADA13-03-R-0001 is being issued as a Request for Proposals. The solicitation document and incorporated clauses/provisions are t hose in effect through Federal Acquisition Circular 2001-12. NAICS Code is 561410 and the size standard is $6.0 million. The solicitation will be issued as 100% set-aside for small business concerns targeting certified service disabled veterans under Publi c Law 106-50, Veterans Entrepreneurship and Small Business Development Act of 1999. The Western Regional Contracting Office intends to award a firm fixed price requirements contract for the following commercial item(s) Medical Transcription Services for a base period plus three one year option periods located at Bassett Army Community Hospital (BACH), Fort Wainwright, Alaska 99703. The contractor shall provide facility, labor, transcription of dictation, transcribing equipment, and associated information te chnology equipment to provide acceptable quality level medical and radiology transcribed reports generated from dictated material documenting patient care delivered by BACH clinicians from the existing Lanier Dictation System. CLIN 0001- Base Year: Date of Award through 30 April 2004 420,000 lines (estimated); CLIN 1001 – 1st Option Year: 01 May 2004 – 30 April 2005 420,000 lines (estimated); CLIN 2001 – 2nd Option Year: 01 May 2005 – 30 April 2006 420,000 lines (estimated); and CLIN 3001 – 3rd Option Year: 01 May 2006 – 30 April 2007 420,000 lines (estimated). Place of Performance: Bassett Army Community Hospital, Patient Administration Division, Fort Wainwright, AK 99703. Request FOB Destination pricing. The contractor shall be responsible for all costs a ssociated with performance. BASIS OF SELECTION: The following factors will be used to evaluate offers: Price, Technical capability, and Past Performance. A written summary of the offerors ability to provide this service is required. Specifics to address r elates to price by providing a unit price and total price per line item description; technical capability as it relates to a discussion of the company’s ability to provide the necessary services as it relates to the number of years providing medical transc ribed reports, what type of equipment currently being utilized and its capability to return transcribed reports electronically within a 2-48 hour turnaround, capability of contractor’s equipment to interface with the existing dictation system manufactured by Lanier, and the Composite Health Care System (CHCS); oferors are to provide a primary point of contact for problem resolution; provide past performance information with whom recent past performance can be verified, offerors shall provide a minimum of tw o references to include a summary of the scope of work, points of contact, telephone numbers and a total contract price. The following FAR clauses and provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-3 Of feror Representations and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items (all offerors are to include with their response a completed copy of FAR 52.212-3 and DFARS 252.212-7000). Further, o ffers must contain all commercial terms, conditions and provisions under which the offeror conducts business in the commercial marketplace. Offerors that fail to furnish required representations or information, or reject the terms and conditions of this so licitation may be excluded from consideration. FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions require t o Implement Statutes and Executives Order-Commercial Items (the following clauses cited in FAR 52.212-5 are applicable to this acquisition): FAR 52.222-3 Convict Labor; FAR 52.233-3 Protest After Award; FAR 52.203-6 Restrictions on Subcontractor Sales to t he Government, with Alternate I; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equa l Opportunity (E.O 11246); FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Handicapped Workers; FAR 52.222-37 Employment Reports on Special Disabled Veterans of Vietnam Era; FAR 52.225-13 Restriction on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration; FAR 52.224-1 Privacy Act Notification; FAR 52.224-2 -- Privacy Act; FAR 52.222-41 Service Contract Act of 1965, As amended; FAR 5 2.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act – Price Adjustment (Multiple year and Option Contracts); FAR 52.216-18 Ordering; FAR 52.216-19 Order Limitations; FAR 52.216-21 Requir ements; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.212-7001 Contract Terms and Co nditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (the following clauses cited in DFARS 252.212-7001 are applicable to this acquisition): FAR 52.203-3 Gratuities; DFARS 252.225-7012 Preferen ce for Certain Domestic Commodities; DFARS 252.225-7036 Buy American-North American Free Trade Agreement Implementation Act-Balance of Payment Program; DFARS 252.243-7002 Requests for Equitable Adjustment; DFARS 252.247-7023 Alternate III Transportation of Supplies by Sea; DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; DFARS 252.204-7004 Central Contractor Registration; The complete text of any or all of the clauses/provisions effective on the date of the latest Federal/Defense Acqui sition Circular is also available electronically from the following websites: http://farsite.hill.af.mil; http://www.acq.osd.mil/dp/dars/dfars.html. The contractor shall ensure equipment provided under this contract to include hardware, software, firmware and middleware, whether acting alone or combined as a system are Year 2000 compliant as defined in FAR Part 39. Facsimile Transmission- the RFP, written technical representation, literature, and representations and certifications may be submitted via facs imile to (253) 968-4922. Receiving equipment is a Canon Laser Class 7500 Plain Paper Facsimile or via e-mail to wanda.reed@nw.amedd.army.mil. Closing date for acceptance of offers is 15 April 2003, at 1600 hours PST. Hard copies in MS Word 97 or equivalent format, can be mailed to Western Regional Contracting Office, Madigan Army Medical Center, ATTN: Wanda Reed, 9902 Lincoln Street, Tacoma, WA 98431. Offers shall provide as a minimum: 1) RFP number; 2) Name, address, and telephone number of point of contac t of quoter; 3) CLINS 0001 through 3001 Pricing; 4) A completed copy FAR 52.212-3 and DFARS 252.212-7000 Representations and Certifications; 5) A written representation of the offerors technical capability to include literature, sample formats, etc., to al low the Contracting Officer to evaluate your offers; 6) Provide two (2) current references for past performance information. Offerors are responsible for accurate addresses and telephone numbers for submitted past performance information. The Government re serves the right to award to other than the lowest priced offeror.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/MEDCOM/DADA13/DADA13-03-R-0001/listing.html)
- Place of Performance
- Address: Bassett Army Community Hospital ATTN: Patient Administration Division, Transcription Fort Wainwright AK
- Zip Code: 99703
- Country: US
- Zip Code: 99703
- Record
- SN00310265-F 20030425/030424064647 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |