SOLICITATION NOTICE
Q -- Ultrasound Technician Services - Wewoka OK
- Notice Date
- 7/7/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621512
— Diagnostic Imaging Centers
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
- ZIP Code
- 73114
- Solicitation Number
- 246-15-Q-0024
- Archive Date
- 8/31/2015
- Point of Contact
- Edson Yellowfish, Phone: 405-951-3888
- E-Mail Address
-
edson.yellowfish@ihs.gov
(edson.yellowfish@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotes (RFQ) #246-15-Q-0024. This procurement is a 100% small business set-aside under NAICS code 621512 with a standard business size of $15.0 million. Contractor shall provide a firm-fixed hourly rate for approximately 400 hours a year. Estimated time period is one year from beginning date of September 1 2015. This award will be awarded as a base plus option year requirement, with an additional four years to be solicited. Estimated start date is September 1 2015. The closing date for receipt of quotes is July 24 2015 4:30 PM CT. Quotes must be mailed to Division of Acquisitions Management, OCAO IHS, 701 Market Drive, Oklahoma City OK 73114, Attn. Edson Yellowfish. Qualified vendors must review the following and submit applicable information. No phone inquiries. Quotes will not be accepted via email. DESCRIPTION OF REQUIREMENTS: The Contractor shall provide professional ultrasound technician services at the Wewoka Indian Health Center located in Wewoka, Oklahoma. Services will be provided approximately September 1 2015 through August 31 2016, with an option to extend an additional four (4) years. The hours of operation are from 8:00 a.m. to 4:30 pm. The scheduled days to be worked will be agreed upon between Wewoka and the prospective contractor. SERVICES TO BE PROVIDED: A. The contractor shall provide services required to perform under this contract. The ultrasound technician shall provide outpatient services as scheduled by the facility. B. The technician shall perform requested anatomical examinations based on practitioner's brief clinical history. The technician will receive patients, explain the methods of procedures, position patients, and make adjustments necessary for the required examination and determine any special patient preparation that will be necessary. C. The technician shall provide his/her own equipment and ensure equipment is ready for use, procedures are correctly performed and only properly functioning equipment is used. D. The equipment must be Diacom compatible in order to digitally submit readings to Diagnostic Imaging Associates (DIA) for evaluation. Film will be read by contract radiologist and reports will be submitted to Wewoka Indian Health Center for inclusion in the patient's chart. E. All equipment brought into WIHC will be checked for safety and proper operation by WIHC staff. The equipment will be checked prior to usage at each visit. THE CONTRACTOR WILL NEED TO SUPPLY THEIR OWN EQUIPMENT AND SUBMIT THEIR READINGS ELECTRONICALLY. REPORTS: All reports of scans done by the Ultrasound Technician will be forwarded to the Radiologists within 6 hours of completion. All reports are emailed to the WIHC from the Radiologist and will be available to the medical staff in accordance with The Joint Commission standards. All film, interpretations, and evaluation of patients and radiology department records required in the performance of this contract will remain the property of and subject to the exclusive control of the U.S. government. QUALIFICATIONS AND PERSONNEL: A. The contractor shall provide onsite ultrasound services provided by a technician that: (1) Possesses a Bachelors degree or higher in Sonography from an accredited college/program. (2) Is registered and in good standing with the American Registry of Diagnostic Medical Sonographers (ARDMS). (3) Triple certified-capable of performing all modalities to include abdominal, obstetrics/gynecology, vascular and cardiac images as well as static imaging, color flow and doppler mapping. B. Quality of professional services will be at a level commensurate with standards of the ultrasound profession C. In the event of absences, the contractor shall provide replacement personnel within one working day (8 hrs.). D. The government assumes no responsibility for negligent acts of the contractor. Therefore, the contractor is responsible for obtaining that amount of malpractice insurance coverage that he/she considers appropriate. The Government requires minimum amounts of $1 million per occurrence/$3 million aggregate. The contractor will keep harmless and indemnify the government against any or all loss, cost, damage, claim expense or liability whatsoever as a result from the performance of this contract. E. Contractor will provide professional liability insurance at the required levels ($1/3 million) and workman's comp for all employees. F. Contractor will provide equipment capable of performing all modalities to include abdominal, ob/gyn, vascular and cardiac images as well as static imaging, color flow and doppler mapping. GOVERNMENT FURNISHED PROPERTY AND SERVICES: A. The Wewoka Indian Health Center will provide adequate space for contractor to perform procedures. B. The contractor will supply equipment to be used and proper maintenance agreements. INVOICES SUBMISSION: The contractor shall submit invoice to: Division of Financial Management Oklahoma City Area Indian Health Service 701 Market Drive Oklahoma City, OK 73114 The contract agrees to include the following information on each invoice: A. Contractor's name; B. Invoice date; C. Purchase order number or services rendered or goods delivered; D. Description; E. Quantity of services rendered or goods delivered; F. Cost per price; G. Payment terms; H. Where applicable - name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. INVOICE PAYMENT: Payment will be made on this purchase order as close as possible to, but not later than thirty (30) calendar days after an invoice containing the required information set forth in the invoice submission article of this contract is received in the payment office designated in this contract. An invoice will be deemed to have been received on the later of: The date the invoice is actually received in the designated payment office, or the date on which the government accepts the property or service required under this purchase order. Unless a different time period is stated elsewhere in this contract, inspection/acceptance required by this contract will be completed by the government not later than five (5) government working days after the services are rendered or the goods are delivered. The date of the check issued in payment or the date of payment by wire transfer through the Treasury Financial Communications System shall be considered to be the date payment is made. CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. The provisions of 52.212-1, Instructions to Offerors-Commercial Items (APR 2014), applies to this acquisition. In addition to the information required in FAR 52.212-1, Prospective contractors should provide the following: (1) Proof of Bachelor's Degree of any prospective candidate (2) Dun and Bradstreet Number (note: Contractors must be registered in the System for Award Management (SAM) to be eligible for award. This can be done at https://www.sam.gov/portal/public/SAM/) (3) Current licensure/registration (4) Medical Liability Insurance $1 million/$3 million (5) Documentation of two past references (6) Proof of ORCA certification (7) All-inclusive pricing to include pricing for Base Year, plus Option Years 1-4. The provisions of 52.212-2, Evaluation - Commercial Items (Oct 2014 ) applies to this acquisition. The Government intends to award one from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Price; (2) Qualifications; (3) Past Performance, with 1 ranking highest, then 2, then 3. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2015) or indicate certifications in ORCA at https://orca@bpn,gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 System for Award Management (July 2013), 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007), 52.223-6 Drug-free Workplace (May 2001), 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997), 352.224-70 Confidentiality of Information (April 1984), 352.270-17 Crime Control Act-Reporting of Child Abuse (Jan 2006) and 352.270-18 Crime Control Act-Requirement for Background Checks (Jan 2006) FAR 52.217-9, Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days, the preliminary notice does not commit the government to an extension (b) If the Government exercises this option, the extended option shall be considered to include this option clause (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed sixty months; FAR 52.232-19, Availability of Funds for the Next Fiscal year, apply to this acquisition and are incorporated by reference The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (May 2015) applies to this acquisition. The following clauses apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sept. 2006); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). EVALUATION CRITERIA The due date for this requirement is July 24 2015 4:30 PM CT. All bids should be submitted via mail/fedex to: Oklahoma Area Indian Health Services, attn: Edson Yellowfish, 701 Market Drive, Oklahoma City OK 73114. THE INDIAN HEALTH SERVICE WILL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THESE EVALUATION CRITERIA AS FOLLOWS: A) registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/) B) Propose and provide an all inclusive hourly rate for services. The estimated quantity is 400 hours for a one-year period, with an option to add 4 years. Dates are as follows: September 1, 2015 - August 31, 2016 Base Year September 1, 2016 - August 31, 2017 Option Year #1 September 1, 2017 - August 31, 2018 Option Year #2 September 1, 2018 - August 31, 2019 Option Year #3 September 1, 2019 - August 31, 2020 Option Year #4 The estimated start of award is September 1 2015. C) Bachelor's Degree for prospective candidates D) Certifications in ORCA at https://orca@bpn.gov E) Medical Liability Insurance ($1million/$3million) F) Current licensure/registration issued by American Registry of Diagnostic Sonographers (ARDMS) or equivalent (any state) H) Documentation of two past references ** Please note that potential awardees will be required to pass a background investigation from the IHS Human Resource Department. This process may take up to three weeks **
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-15-Q-0024/listing.html)
- Place of Performance
- Address: WEWOKA INDIAN HEALTH CENTER, 36640 U.S. HIGHWAY 270, WEWOKA, Oklahoma, 74884, United States
- Zip Code: 74884
- Zip Code: 74884
- Record
- SN03787941-W 20150709/150708000053-a102cd281ea6b7fbd2656935aa9d91cc (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 |