SOLICITATION NOTICE
Q -- Diagnostic Imaging Interpretation Services
- Notice Date
- 12/15/2015
- Notice Type
- Presolicitation
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- Department of the Air Force, Air Mobility Command, 22 CONS, 53384 Kansas St, Suite 110, McConnell AFB, Kansas, 67221-3702, United States
- ZIP Code
- 67221-3702
- Solicitation Number
- FA4621-15-R-0003
- Point of Contact
- Linda O'Brien, Phone: 316-759-4537, Patrick R Butler, Phone: 316-759-4545
- E-Mail Address
-
linda.obrien@us.af.mil, patrick.butler.2@us.af.mil
(linda.obrien@us.af.mil, patrick.butler.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS DIAGNOSTIC IMAGING INTERPRETATION SERVICES Solicitation FA4621-15-R-0003 Synopsis Description Section: The 22d Contracting Squadron of the 22d Air Refueling Wing announces the projected solicitation for Diagnostic Imaging Interpretation Services at McConnell AFB, Kansas 67221. The 22d Contracting Squadron (AMC), McConnell Air Force Base (AFB), Kansas, intends to issue an Unrestricted, Full and Open Competition Request for Proposal on or about 30 December 2015. All responsible sources may submit a proposal which shall be considered by the agency. For the purpose of this procurement, the evaluation criteria for the selection of the best-value contractor will be as follows: Past Performance and Price wherein Past Performance is considered significantly more important than price. The Government intends to issue an award to a single business entity using a Firm-Fixed Price, Requirements contract on or about 15 February 2016 for a Period of Performance starting 1 April 2016 (Estimated) - 31 March 2017 for the Base Year and four (4) option years (each one year in duration, following the Federal Fiscal Year Calendar, and running consecutively from the expiration of the base period of performance). There is no guarantee that any optional periods of performance will be exercised. Services will be procured pursuant to the regulatory direction of FAR Part 12, Acquisition of Commercial Items. The NAICS code for this requirement is 621111, Office of Physicians (except Mental Health Specialists). The Small Business Size Standard is $11 Million. The contractor shall provide all personnel, management, consultations, reports and other items necessary to provide professional diagnostic radiology services to the patients at the Military Treatment Facility (MTF) of the 22d Medical Group, McConnell AFB, Kansas. These services include interpretation and reporting of radiographs, mammograms, ultrasound, and Dexa-Scan procedures. The contractor care shall provide the range of services normally provided in a civilian medical treatment facility for diagnostic imaging interpretation. All interpretation and reporting shall be performed at the MTF. Performance shall be in accordance with the requirements contained in this performance work statement (PWS), the guidelines of the American College of Radiology (ACR), the Mammography Quality Standards Act (MQSA), professional standards of the Accreditation Association for Ambulatory Health Care (AAAHC) and the Food and Drug Administration (FDA). The contract radiologist shall abide by all Air Force and MTF Memorandums of Understanding (MOU), policies, procedures, and rules. The closing date and time for submission of offers will be contained in the solicitation package. The entire solicitation package, including the Standard Form 1449 and continuation pages, the Performance Work Statement, Price Schedule, and Past Performance Questionnaire will be made available only on the Federal Business Opportunities (FBO) web site at: https://www.fbo.gov/. Requests for copies of the solicitation package, or any cumulative parts thereof, by any other means will not be honored. Potential offerors are responsible for monitoring the FBO website for the release of the solicitation package, which should be on or about 30 December 2015 for downloading their own copy of the solicitation package and for downloading their own copy of each associative amendment, if any. All firms wishing to submit a proposal subsequent to the solicitation described herein MUST be registered in the System for Award Management (SAM) database or risk their otherwise-timely proposal being considered non-responsive regardless of its completeness, timeliness or other salient considerations. Information on SAM registration can be obtained at the following web site: https://www.sam.gov. Response to this announcement is not required. The Government will not pay for any information submitted in response to this announcement. The solicitation subsequent to this announcement may be cancelled. After solicitation and prior to award, the possibility exists to reject all offers when cancellation is clearly in the public interest. This announcement does not obligate the Government to pay for any bid/quote preparation costs. Pre-proposal inquiries must be submitted via e-mail to the contract administrator. Those questions will be answered after the solicitation is released and the questions and answers will be available to all offerors. The contract administrator for this acquisition is Ms. Linda O'Brien, her phone number is (316)759-4537 and her e-mail address is linda.obrien@us.af.mil. Per AFFARS 5352.201-9101 OMBUDSMAN (APR 2014), the following applies: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the MAJCOM/HQ AFICA ombudsman, Mr. Gregory Oneal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA /SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. ( d) The ombudsman has no authority to render a decision that binds the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/FA4621-15-R-0003/listing.html)
- Place of Performance
- Address: Military Treatment Facility, 57950 Leavenworth St, Ste 4E1, McConnell AFB, Kansas, 67221, United States
- Zip Code: 67221
- Zip Code: 67221
- Record
- SN03970009-W 20151217/151215234516-6a699f57921c895442a69011a1dbbd01 (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 |