DOCUMENT
Q -- Teleradiology Services - Attachments
- Notice Date
- 1/14/2009
- Notice Type
- Attachments
- NAICS
- 621512
— Diagnostic Imaging Centers
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 3625 N.W. 56th, 5 Corp Plaza, Oklahoma City, Oklahoma, 73112
- ZIP Code
- 73112
- Solicitation Number
- 246-09-Q-0009
- Archive Date
- 2/24/2009
- Point of Contact
- Larry K. Park ,, Phone: 4059513975
- E-Mail Address
-
Larry.Park@ihs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is 246-09-Q-0006 and issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-29. This procurement is solicited as a 100% small business set aside and the associated NAICS code is 621512 with a small business size standard of 13.5 million. This requirement is a performance based work statement for a non-personal services contract for teleradiology services to support the missions of the Albuquerque, Oklahoma, Nashville, Billings, Tucson and Portland Area Offices. The Indian Health Service intends to award a firm fixed price requirements contract with a base period plus four option years. See attachment Performance Base Statement of Work and attachment Schedule for the specific requirements and the contract items numbers and quantities, and units of measure. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), FAR 37.104, Personal Services Contracts (Public Law 103-332, Department of the Interior and Related Agencies Appropriation Act, Title II, September 30, 1994, 108 Stat. 2530 as implemented by 25 U.S.C. 1638c) and FAR Subpart 37.6, Performance-Based Contracting. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items. and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. Offerors must include a completed copy of provision 52.213-3 Offeror Representations and Certifications Commercial Items. In addition to the information required in 52.212-3 contractors shall provide the following, (1) completed "Temporary Waiver of Character Investigation" and "Declaration for Federal Employment" forms; (2) verification of indemnification. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Feb 2008) applies to this acquisition. The following clauses apply 52.203-6, Restriction on Subcontractor Sales to the Government (Sept 2006); 52.219-6, Notice of Total small Business Set Aside (June 2003): 52.222-3, Convict Labor (June 2003) ; 52.219-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-3, 52.222-50 Combating Trafficking in Persons (Aug 2007) ; 52.232-33, Payment by Electronic Funds transfer-Central Contractor Registration (Oct 2003). The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror 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 evaluate offers: price, technical capability and past performance. Technical and past performance, when combined, are equal when compared to price. Technical capability will be evaluated on how well the proposal meets the Government requirements set for in this Request for Quotations. A brief description of technical capability shall be submitted with the quotation. Past performance shall be evaluated in accordance with the procedures in FAR part 13.106. The quotation shall include the contact name, telephone number and contract number of past or current contracts with Federal, State, local government and private efforts similar to this requirement awarded within the last three years. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following HHSAR clauses are incorporated by Reference: HHSAR 352.270-13 Tobacco-Free Facilities (Jan 2006), HHSAR 352.270-17 Crime control act of 1990 Reporting Child Abuse (Jan 2006), HHSAR352.270-18 Crime control act of 1990- Requirement for Background Checks (JAN 2006), Business Associate Agreement Clause. An Indian Health Services Interconnection Security Agreement Form and HIPPA Business Associates Agreement Form will be completed by the successful offeror at the time of award. Contractor must be registered in Central Contractor Registration (CCR) prior to award. If not already registered in CCR, go to WWW.CCR.GOV to register prior to submitting quote. Quotes are due by 4:00 CST, February 9, 2009, and must be delivered via Federal Express or UPS to the Indian Health Service, Division of Acquisition Management, 701 Market Drive, Oklahoma City, OK 73114 Attn: Larry Park. All responsible sources may submit a quotation which shall be considered by the agency.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1035dfdd467d2954604b57adb5de03cb&tab=core&_cview=1)
- Document(s)
- Attachments
- File Name: Schedule (schedule .doc)
- Link: https://www.fbo.gov//utils/view?id=e733e59aa2ee15480543056537896e99
- Bytes: 267.00 Kb
- File Name: Performance Based Statement of Work (Teleradiology SOW Final.doc)
- Link: https://www.fbo.gov//utils/view?id=c6a3dadca4b43d886dde3d97748fdd7f
- Bytes: 254.00 Kb
- File Name: Appendix C (Appendix C - F06-27_InterconnectSA.doc)
- Link: https://www.fbo.gov//utils/view?id=3a7a0465a61e76cc1d8f72ce10f0e3a2
- Bytes: 291.00 Kb
- File Name: Appendix D (Appendix D - F06-50_BAA.doc)
- Link: https://www.fbo.gov//utils/view?id=8e68d6feca44d058b1b87fff4021885f
- Bytes: 253.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- Place of Performance
- Address: Multiple Indian Health Service Area Offices, Oklahoma City Area Office, Nashville Area Office, Billings Area Office, Portalnd Area Office, Tuscon Area Office, United States
- Record
- SN01732238-W 20090116/090114215650-1035dfdd467d2954604b57adb5de03cb (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |