Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2012 FBO #3998
SOLICITATION NOTICE

Q -- Radiologist Consulting Services - Package #1

Notice Date
11/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Navajo Area Office, PO Box 9020, Window Rock, Arizona, 86515
 
ZIP Code
86515
 
Solicitation Number
CRPT-SA-13-001
 
Point of Contact
Stefanie Atene, Phone: 505-786-2527
 
E-Mail Address
stefanie.atene@ihs.gov
(stefanie.atene@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Price Schedule Performance Based Work Statement (PBWS) 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 procurement is also being conducted pursuant to the authority of FAR Part 13, Simplified Acquisition Procedures; FAR Part 12, Acquisition of Commercial Items and FAR Part 37.104, Personal Services Contracts. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) number is: CRPT-SA-13-001. The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-61, effective October 15, 2012. This requirement is solicited as Full & Open competition. The associated NAICS code is 621512 and the small business size standard is $13.5 million. This RFQ is for Radiologist Consulting services to be performed at the Crownpoint Health Care Facility located in Crownpoint, New Mexico of the Indian Health Service (IHS). The reading and interpretation specialties and required hours are identified in the attached Pricing Schedule for Personal Services, and the tasks to be performed are cited in the attached Performance Work Statement (PWS). The proposed services are to commence February 4, 2013 through December 31, 2013. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and a statement regarding any addenda to the provision. The provision at 52.212-2, Evaluation-Commercial Items, applies to this RFQ, and the Government will award a contract resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, price and other factors considered. The following factors will be considered: Price, Past Performance, and Personnel Qualifications of each proposed candidate. As part of the evaluation process, the candidate(s) may be interviewed to ensure their understanding of the PWS and to verify their qualifications to perform the required services. The socio-economic status of an offeror may also be considered should more than one proposal represent consideration. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices: 52.204-6, 52.204-7, 52.204-9, 52.223-6, 52.224-1, 52.224-2, 52.228-5, 52.229-3, 52.232-3, 52.232-18, 52.237-3, 52.245-1, 52.249-12, 352.202-1, 352.222-70, 352.223-70, 352.224-70, 352.228-7, 352.237-70, 352.237-71, 352.237-72, 352.242-70, 352.242-71, 352.242-73, 352.270-2 and 352.270-3. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.232-33 and 52.222-41. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at https://www.acquisition.gov and http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3524d214210697effd2fd5c77848a806&rgn=div5&view=text&node=48:4.0.1.8.33&idno=48 FAR 52.222-41 Service Contract Act of 1965, as Amended (July 205) and the Wage Determination No.: 2005-2361, Revision 13, Date of Revision 06/13/2012 also applies to this RFQ. The Defense Priorities and Allocations System (DPAS), is not applicable to this RFQ. Contractors intending to conduct business with the Federal Government must register with the System for Award Management (SAM). SAM replaced the Department of Defense's Central Contractor Registration (CCR) database. SAM is now the primary Government repository, which retains information on Government contractors. This RFQ is issued on an "Open Continuous" basis therefore, responses will be considered until the official closing date of: November 16, 2012. Due to the immediate need for Radiologist Consulting Services, after such a review of only completed documents shall commence. Awards may be established on November 20, 2012. To be considered for award, please complete, sign and submit the following documents: - Pricing Schedule for Personal Services (attached and must be signed) - Radiologist profile (Resumes, Experience, Licensures, Certifications, Immunization records, References) DOCUMENTS NOT COMPLETED OR SIGNED WILL NOT BE CONSIDERED. Offerors are not required to submit a quote for all line items listed on the pricing schedule to be considered. All required documents shall be sent to Stefanie Atene via email at Stefanie.atene@ihs.gov. In the subject line please reference the RFQ # CRPT-SA-13-001 and unit applying to. Attachments: 1) Pricing Schedule for Personal Services 2) Performance Work Statement CRPT -13-01
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Navajo/CRPT-SA-13-001/listing.html)
 
Place of Performance
Address: Crownpoint Health Care Facility, Hwy 371 & Nav Rt 9, PO Box 358, Crownpoint, New Mexico, 87313, United States
Zip Code: 87313
 
Record
SN02923548-W 20121104/121102233856-67b03b26a11280b963ed369a237d8659 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.