SOLICITATION NOTICE
Q -- Provide Mobile MRI services of the head, chest, abdomen, pelvis and upper/lower extremities. - Package #1
- Notice Date
- 12/18/2013
- 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
- RFQ-14-018
- Archive Date
- 1/28/2014
- Point of Contact
- Charles E. Robinson, Phone: 6052267228
- E-Mail Address
-
Charles.Robinson@ihs.gov
(Charles.Robinson@ihs.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- RFQ PACKAGE FOR MRI UNIT X-RAY A. 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; offers 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 healthcare service contract, commercial item, contract in response to Request for Quote (RFQ) RFQ-14-018. C. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61. D. The associated North American Industry Classification System Code is 621512 and the Small Business size standard is $13.5 million. 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. The Contractor is to perform in accordance with the attached statement of work. Direct Labor by Category: Person Rate Total Days Diagnostic Reading 36 EACH X _______ = _________ F. Description of Services: See attached Performance Work Statement. Provide Mobile MRI services of the head, chest, abdomen, pelvis and upper/lower extremities for the Quentin Burdick Memorial Healthcare Facility in Belcourt, North Dakota. G. Services will be provided in Belcourt, North Dakota. The period of performance will start on February 21, 2014 thru December 31, 2014. 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-14-018. 2. Closing Date: January 9, 2014 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 extent 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. The Award will be based on the Lowest Price Technically Acceptable. I. 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 J. FAR 52.212-4 Contract Terms and Conditions-Commercial Item (February 2012), applied to this acquisition and it's incorporated by reference. K. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2012) See attachment for full text. L. 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 52.237-7 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) M. Submit proposal to: Aberdeen Area Indian Health Service Attn: Charles E. Robinson, Contract Specialist 115 4th Ave. SE, Room 309 Aberdeen, SD 57401 Or fax to 605-226-7669 or email Charles.Robinson@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 malpractice insurance coverage. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at https://www.acquisition.gov. 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/RFQ-14-018/listing.html)
- Place of Performance
- Address: Belcourt Service Unit, 1st Main Street Highway 5, Belcourt, North Dakota, 58316, United States
- Zip Code: 58316
- Zip Code: 58316
- Record
- SN03254536-W 20131220/131218235702-8bc92b971e9a1b4c36e3e5475326aa26 (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 |