SOLICITATION NOTICE
Q -- Radiologic Technology/Mammographer Services - 52.212-3 - 52.237-7 - 52.217-9 - 52.217-8 - Performance Work Statement - Other Clauses - 52.212-5 - Business Associate Agreement - Ethics and Policies - ND and SD Wage Rates - Technical Evaluation Criteria - Contractor Inserts
- Notice Date
- 6/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561320
— Temporary Help Services
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
- ZIP Code
- 57401
- Solicitation Number
- RFP-12-07
- Archive Date
- 6/28/2012
- Point of Contact
- Nichole R. Lerew, Phone: 6052267567
- E-Mail Address
-
nichole.lerew@ihs.gov
(nichole.lerew@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Contractor Inserts Technical Evaluation Criteria ND and SD Wage Rates Ethics and Policies Business Associate Agreement FAR 52.212-5 Non-Personal Healthcare Service clauses PWS FAR 52.217-8 FAR 52.217-9 FAR 52.237-7 FAR 52.212-3 A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. B. The Aberdeen Area Indian Health Service (IHS) intends to award a firm-fixed price, non-personal service, requirements type contract, commercial item, contract in response to Request for Proposal (RFP) RFP-12-07. C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. D. The RFP is issued as a 100% small business set-aside under NAICS Code 561320, which has a small business standard of $13.05 E. Below is the list of contract line item numbers and description, estimated quantities and unit of measure, including options. The unit pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state and local taxes) plus all other costs pertinent to the performance of this contract. Item No. Description Est. Qty. Unit Unite Price Total Amount Base Year Mammography Svcs 780 Hours $ $ Opt Year 1 Mammography Svcs 780 Hours $ $ Opt Year 2 Mammography Svcs 780 Hours $ $ Opt Year 3 Mammography Svcs 780 Hours $ $ Opt Year 4 Mammography Svcs 780 Hours $ $ F. Description of Services: See attached Performance Work Statement. Provide digital mammography services for the Aberdeen Area Women's Heath Unit. This requirement is unique due to services being provided aboard a mobile unit that travels to a different site weekly. The contract resulting from this solicitation is a requirement type of contract. A requirements contract does not obligate any funds. Funds will be obligated on as a needed basis and placed against this contract through the issuance of Task Orders. Orders may be submitted electronically, facsimile, or hard copy. G. Services will be provided through out the Aberdeen Area Indian Health Service in North Dakota and South Dakota. The period of performance will be begin from the Date of Award through one (1) year, with four (4) one (1) year options. H. FAR 52.212-1 Instructions to Offerors-Commercial Items (February 2012). Quotes shall be submitted on company letterhead stationery. Signed and dated. And it shall include: 1. Solicitation number RFP-12-07. 2. Closing Date: June 27, 2012 at 3:00 pm CST 3. Name, address and telephone number of company and email address of contact person. 4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. This may include product literature, or other documents, if necessary. 5. Terms of any express warranty 6. Price and any discount terms 7. "Remit to" address, if different than mailing address. 8. A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically, ORCA). 9. Acknowledgment of Solicitation Amendments (if any issued) 10. Past performance information, when included as a "best value" factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). 11. A statement specifying the extend of agreement with all terms, conditions, and provisions included in the solicitation. Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. I. FAR 52.212-2 Evaluation-Commercial Items (January 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: • Understanding of the Requirement/Technical Capabilities • Past Performance Technical and past performance, when combined, are approximately equal to cost or price. 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 of 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 CONTRACTOR SHALL PROVIDE EVIDENCE OF, OR SUBMIT A WRITTEN RESPONSE TO THE ATTACHED TECHNICAL EVALUATION CRITERIA. J. FAR 52.212-3 Offer Representations and Certifications-Commercial Items (April 2012) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. SEE ATTACHED REPRESENTATIONS AND CERTIFICATIONS DOCUMENT K. FAR 52.212-4 Contract Terms and Conditions-Commercial Item (February 2012), applied to this acquisition and it's incorporated by reference. L. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2012) See attachment for full text. M. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including below. FAR 52.217-8 Option to Extend Services (November 1999) See attachment for full text. FAR 52.217-9 Option to Extend the Term of the Contract (March 2000) See attachment for full text. FAR 52.237-7 Indemnification and Medical Liability Insurance (January 2007) See attachment for full text. HHSAR 352.237-70 Pro Children Act of 1994 (January 2006) HHSAR 352.237-71 Crime Control Act of 1990 - Reporting of Child Abuse (January 2006) HHSAR 352.237-72 Crime Control Act of 1990 - Requirement for Background Checks (January 2006) N. Submit proposal to: Aberdeen Area Indian Health Service Attn: Nichole Lerew, Supervisory Contract Specialist 115 4th Ave. SE, Room 309 Aberdeen, SD 57401 Or fax to 605-226-7669 or email nichole.lerew@ihs.gov Please complete the attached pricing schedule utilizing your most competitive and reasonable rates. In addition, Contractors shall provide the following: 1. Complete and sign Agreement to a temporary provisional of character investigation. 2. Complete and sign the Declaration for Federal Employment - Optional Form 306. 3. Complete and sign Addendum to Declaration for Federal Employment (OF306). 4. Complete and sign Licensure Requirement Form. 5. Copy of medical license. 6. Copy of malpractice insurance coverage. Contractors intending to conduct business with the Federal Government must register with the Central Contractor Registration (CCR) database prior to award. The CCR is the primary Government repository, which retains information on Government contractors. You may register via the Internet at http://www.ccr.gov or by calling (888) 227-2423 or (269) 961-5757. SECURITY CLEARANCE: Performance of this contract will require routine access by employees of the Contractor or its subcontractors to facilities or systems controlled by the Indian Health Service (I.H.S.). Before starting work requiring routine access to I.H.S. facilities or systems each person must complete a FBI National Criminal History Check (Fingerprint Check) adjudicated by an I.H.S. employee using the Office of Personnel Management Personnel Investigations Processing System. Contractors shall allow five business days for I.H.S. processing of fingerprints taken electronically at an I.H.S. site and thirty business days for non-electronic processing of fingerprints using FBI Form FD-258. A list of I.H.S. sites with electronic fingerprint capability is available from the Contracting Officer. The Indian Health Service utilizes the eQIP (Electronic Questionnaire Investigations Processing) system to process background investigations. Contractors are required to work with the Service Unit Background Coordinator or other designee to properly complete their eQIP entry without error. Proper submission of the EQIP entry to the Office of Personnel Management (OPM) is required prior to the individual being allowed to begin their performance under this contract. Computers have been provided to the service unit for this purpose. In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the HHS Office of Inspector General List of Excluded Individuals/Entities (LEIE), http://exclusions.oig.hhs.gov. As soon as practicable prior to the performance of the work, the Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting Officer the names of any additional or substitute employees for screening before they begin work. The Contractor is responsible for conducting security preclearance investigations in sufficient depth to ensure that each Contractor or subcontractor employee referred to I.H.S. is not on the LEIE and can obtain a favorable fingerprint clearance. Each security preclearance shall be conducted sufficiently in advance of the start of performance to avoid delays caused by denial of access. If this is a Time and Materials, Labor-Hour or Cost Reimbursement contract, the contractor shall not charge for or be reimbursed for labor hours or other costs incurred for employees who are unable to perform due to denial or access or the excess time required to resolve and clear unfavorable security clearance findings. If this is a Fixed Price contract, denial of access due to security clearance findings shall not be a basis for excusable delay or an increase to the contract amount. Government will pay for the cost to process the contractor's suitability clearances. However, multiple investigations for the same position may, at the Contracting Officer's discretion, lead to reduction(s) in the contract price of no more than the cost of the extra investigation(s). ACCEPTANCE PERIOD: Your quotation must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 30 days from the date of receipt by the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFP-12-07/listing.html)
- Place of Performance
- Address: Through out the Aberdeen Area IHS, North Dakota and South Dakota, Aberdeen, South Dakota, 57401, United States
- Zip Code: 57401
- Zip Code: 57401
- Record
- SN02780572-W 20120622/120620235043-1144306047f0127a7b207e261b93ee4c (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 |