SOLICITATION NOTICE
Q -- Picture Archiving & Communications System (PACS) w/ Computed Reader, etc.for Wagner IHS Healthcare Facility/Service Unit in Wagner, SD (RFP-12-241-SOL-00035) - PACS RFP-Package
- Notice Date
- 8/2/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621512
— Diagnostic Imaging Centers
- 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-12-241-SOL-00035
- Archive Date
- 9/30/2012
- Point of Contact
- Craig J. Wells, Phone: 6052267333, Anthony Stayner, Phone: 605 226-7552
- E-Mail Address
-
craig.wells@ihs.gov, anthony.stayner@ihs.gov
(craig.wells@ihs.gov, anthony.stayner@ihs.gov)
- Small Business Set-Aside
- N/A
- Description
- RFP Package for PACS at Wagner IHS Healthcare Facility in Wagner, South Dakota THIS SOLICITATION IS ISSUED UN-RESTRICTED. Picture Archiving & Communications System (PACS) w/ Computed Reader CD/DVD creation system, x-ray film printer for the Wagner IHS Healthcare Facility / Service Unit in Wagner, SD (RFP-12-241-SOL-00035) 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. FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994) (Public Law 103-355) & FAR 37.4, Non-personal Health Care Services Contract (10 U.S.C. 2304 and 41 U.S.C.253). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Aberdeen Area Indian Health Service (IHS) intends to award a firm fixed-price, non-personal service, contract, commercial item, contract in response to Request for Proposal (RFP) RFP-12-241-SOL-00035. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. The associated North American Industry Classification System code is 621512 and the Small Business size standard is $13.5 million. Period of performance will be from "Date of Award" or September 1, 2012 through August 31, 2013 with no option years. 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. 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 start of work, 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). PURPOSE OF CONTRACT: See attached Statement of Work. Location is at the Yankton/Wagner IHS Healthcare Facility, 110 Washington Ave NW, Wagner, South Dakota 57380 PRICE SCHEDULE (SF-1449): Picture Archiving & Communications Systems- the quoted unit pricing must be an all inclusive cost (to include but not be limited to transportation, food, lodging, per diem, and fringe benefits). The contractor is responsible for all associated costs for providing Picture Archiving & Communications Systems. This contract is for a single year with no Option Years. 1. Complete attached Standard Form 1449. Attached are the Federal Acquisition Regulations (FAR) and the Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including the following: FAR 52.204-9 - Personal Identity Verification of Contractor Personnel (January 2011): FAR 52.212-1 - Instructions to Offerors - Commercial Items (February 2012): Quotes shall be submitted on company letterhead stationery, signed and dated; it shall include: 1. Solicitation number RFP-12-241-SOL-00035 2. Closing date of August 15, 2012 at 5:00pm EST 3. Name, address, telephone number of the offeror and email address of the contact person. 4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include documents, if necessary; 5. Licensure, as written in the Statement of Work 6. Price schedule, as stated on SF-1449 7. "Remit to" address, if different than mailing address; 8. A completed copy of the representations and certifications at FAR 52.212-3; 9. Acknowledgement of Solicitation Amendments; 10. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 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, past performance, price and evaluation factors considered. The following factors shall be used to evaluate offers: Factor 1: Technical, Equipment, & Compliant requirements Factor 2: Experience Factor 3: Technical Ability / Management Approach Factor 4: Past Performance Factor 5: Price Technical, Experience, Ability/Management Approach, Past performance, when combined, are significantly more important than price. See attached, Technical Evaluation Criteria FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (April 2012) - See attachment for full text and instruction for completion. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (February 2012) - See attachment; in by reference FAR 52.212-5 - Contract Terms & Condition's Required to Implement Statutes or Executive Orders - Commercial Items (May 2012) - See attachment for full text. Proposal will be accepted electronically, Submit to the following: Aberdeen Area Indian Health Service Craig Wells, Supervisory Contract Specialist 115 4th Avenue SE, Room 309, Federal Building Aberdeen, South Dakota 57401 e-mail: craig.wells@ihs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFP-12-241-SOL-00035/listing.html)
- Place of Performance
- Address: Wagner IHS Healthcare Facility, 110 Washington Street, Wagner, South Dakota, 57380, United States
- Zip Code: 57380
- Zip Code: 57380
- Record
- SN02824040-W 20120804/120802235508-ed34a40ab6aec96cdb2dbfaad38153f8 (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 |