Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2014 FBO #4778
SOLICITATION NOTICE

Q -- Radiologist Service - Statement of Work

Notice Date
12/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
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-15-026
 
Archive Date
1/24/2015
 
Point of Contact
Andrea L. Fields, Phone: 6052267239, Nichole R. Lerew, Phone: 6052267567
 
E-Mail Address
andrea.fields@ihs.gov, nichole.lerew@ihs.gov
(andrea.fields@ihs.gov, nichole.lerew@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Contractor's performance conditions and responsibilities Clauses Statement of work A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 Great Plains Area Indian Health Service (I.H.S.) intends to award a firm-fixed price, non-personal service purchase order, commercial item, in response to Request for Quote (RFQ) 15-026. C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-79. D. The RFQ is issued as a 100% small business and the associated NAICS Code is 621399, which is small business standard 500 employees. E. The unit price must be all inclusive (to include but not limited to travel, lodging, per diem, fringe benefits, federal, state and local taxes) plus all other cost pertinent to the performance of this contract. Utilize your most competitive and reasonable rates. 1. Standard X-Ray Reading: $_______ each @ 44 weeks, totaling $________ 2. Abdominal Complete Ultrasound Reading: $_____ each @ 14 readings, totaling $________. 3. Gall Bladder Reading: $_____ each@ 12 reading, totaling $________. 4. Hepatic Reading: $_____each @ 12 readings, totaling $________. 5. Abdominal Partial Reads $_______each @ 10 readings, totaling $_______. 6. Renal Reading $_____each @ 15 readings, totaling $______. 7. Pelvis Reading $_____each@ 8 readings, totaling $_______. 8. Bladder Only Reading $_____each @ 8 readings, totaling $_______. 9. Testicle Reading $_____each @ 9 readings, totaling $________. 10. Thyroid Reading $_____each @17 readings, totaling $________. 11. Pancreas Reading $_____each @ 10 readings, totaling $_______. 12. Spleen Reading $______each @ 5 readings, totaling $_______. 13. Retroperitoneal Reading $_____each @ 25 readings, totaling $________. 14. Uterus Reading $______each @ 10 readings, totaling $________. 15. Abdominal Aorta Reading $_____each @ 9 readings, totaling $________. 16. Carotid Reading $______each @ 13 readings, totaling $_________. 17. Venous Doppler Lower Extremity Reading $_______each @ 8 readings, totaling $_________. F. To obtain Radiologist Services, the contractor shall provide interpretations of all standard radiographic and ultrasound procedures, shall furnish transcribed dictations in a completed format, and dictations are to be transcribed into the Wagner Indian Health Service Healthcare Facility RPMS. The Contractor must have a secure site with a Virtual Private Network (VPN) to gain access to the IHS RPMS package. The contractor shall provide consultation to the Wagner Indian Health Service Healthcare Facility Radiology Technologists concerning the quality of x-ray film submitted for interpretations. The Radiologist shall provide service to the Wagner IHS Healthcare Facility in Wagner, SD. Period of performance will be March 1, 2015 through December 31, 2015. G. Services will be provided at Wagner IHS Healthcare Facility in Wagner, SD. The period of performance will be March 1, 2015 through December 31, 2015. H. FAR 52.212-1 Instructions to Offerors-Commercial Items (July 2013). Quotes shall be submitted on company letterhead stationery, signed and dated, and it shall include: 1. Solicitation number RFQ-15-026. 2. Closing date: January 9, 2015 at 11:00 am 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 complete 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. 9. Acknowledgment of Solicitation Amendments (if any issued). 10. Resume stating ability to meet qualifications and the requirements of the Statement of Work. 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. I. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (November 2014)-See attachment for full text. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. J. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (May 2014) - See attachment; in by reference K. FAR 52.212-5 - Contract Terms & Condition's Required to Implement Statutes or Executive Orders - Commercial Items (October 2014) - See attachment for full text. L. Attached are the Federal Acquisition Regulations (FAR) and Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable. M. Offers will be accepted electronically, Submit via e-mail to the following: Great Plains Area Indian Health Service Andy Fields, Purchase Agent 115 4th Avenue SE, Room 309, Federal Building Aberdeen, South Dakota 57401 Fax 605-226-7669 e-mail: andrea.fields@ihs.gov Basis for award shall be based on the Lowest Price Technically Acceptable "LPTA" bid package. Any questions please submit by December 30, 2014 by 11 am CST. Contractors will need a DUNS number, TIN number, and be registered with www.SAM.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-15-026/listing.html)
 
Place of Performance
Address: Wagner Health Center, 111 Washington Ave NW, Wagner, South Dakota, 57380, United States
Zip Code: 57380
 
Record
SN03602381-W 20141224/141222234322-89d7371b6ba6f906b3f4447e786d6eaa (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.