MODIFICATION
Q -- PART-TIME CARDIOLOGIST
- Notice Date
- 12/16/2009
- Notice Type
- Modification/Amendment
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
- ZIP Code
- 73114
- Solicitation Number
- HHSI2462010Q0011
- Archive Date
- 2/16/2010
- Point of Contact
- Anna M Hulsey, Phone: 580-354-5383, Arlene T Belindo, Phone: 405-951-3897
- E-Mail Address
-
anna.hulsey@ihs.gov, arlene.belindo@mail.ihs.gov
(anna.hulsey@ihs.gov, arlene.belindo@mail.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 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. The solicitation is issued as Request for Quotes (RFQ) # HHSI2462010Q0011. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24, effective 3/31/2008. This procurement is a 100% small business set-aside under NAICS code 621111 with a standard business size of $10.0M. Contractor shall provide a firm, fixed-price hourly rate (all inclusive to include travel and per diem) for 208 hours, February 8, 2010 to February 7, 2011, plus four option years. See the attached statement of work, APPLICATIONS FOR LAWTON INDIAN HOSPITAL CREDENTIALS AND CARDIOLOGY PRIVILEDGES. This is a nonpersonal health care services contract. The Government may evaluate the quality of professional and administrative services provided, but retains no control over the medical, professional aspects of services rendered (e.g. professional judgement, diagnosis for specific medical treatment). Government Furnished Property, Facilities and Services • Administrative and professional support that is available to Indian Health Service personnel. This includes but not limited to copy machines, telefax machines, medical library, and telephone services. • Initial and ongoing orientation to the LIHC Service Unit, clinic policy and procedures related to performance of duties outlined in the description of requirements. • Use of government furnished facility space, equipment, supplies, and personnel are for the provision of care and services set forth in the contract only. CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. The provisions of 52.212-1, Instructions to Offerors-Commercial Items (Nov 2007), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide the following: (1) completed “Temporary Waiver of Character Investigation” and “Declaration for Federal Employment” form (2) verification of indemnification (3) three past performance references to include the contact name and phone number, contract number, company name, brief description of project (4) COMPLETED APPLICATIONS FOR CREDENTIALS AND CARDIOLOGY PRIVILEGES and (5) Dun and Bradstreet Number (note: Contractors must be registered in the Central Contractor Registration to be eligible for award. This can be done at http://www.ccr.gov). The provisions of 52.212-2, Evaluation – Commercial Items (Jan 1999) applies to this acquisition. The Government intends to award this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Price, (2) Qualifications, (3) Past Performance and (4) compliance with Indian Child Protection requirements. All factors are equal in importance. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items (Nov 2007) or indicate certifications in ORCA at https://orca@bpn,gov. The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Items (Feb 2007), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 Central Contractor Registration (July 2006), 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007), 52.223-6 Drug-free Workplace (May 2001), 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997), 352.224-70 Confidentiality of Information (April 1984), 352.270-13 Tobacco-Free Facilities (Jan 2006), 352.270-17 Crime Control Act-Reporting of Child Abuse (Jan 2006) and 352.270-18 Crime Control Act-Requirement for Background Checks (Jan 2006). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues 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); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003). Quotes are due by 4:00 pm CST, February 1, 2010 and must be delivered to the Lawton Indian Hospital, Division of Material Management, 1515 Lawrie Tatum Road, Lawton, OK 73507, Attn: Anna Hulsey. All responsible sources may submit a quotation which shall be considered by the agency. Questions concerning this solicitation may be addressed to Anna Hulsey at 580-354-5383.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/HHSI2462010Q0011/listing.html)
- Place of Performance
- Address: 1515 Lawrie Tatum Road, Lawton, Oklahoma, 73507, United States
- Zip Code: 73507
- Zip Code: 73507
- Record
- SN02024846-W 20091218/091216235005-da1a7d085a3e686306f7760d42dbf9b5 (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 |