Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2018 FBO #5980
MODIFICATION

Q -- Mobile Imaging Services - FTD - Solicitation 1

Notice Date
4/6/2018
 
Notice Type
Modification/Amendment
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, Texas, 75051
 
ZIP Code
75051
 
Solicitation Number
15B20618Q00000011
 
Archive Date
3/28/2019
 
Point of Contact
LaShundra D. Thomas, Phone: 9723524529
 
E-Mail Address
ldthomas@bop.gov
(ldthomas@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Complete Solicitation Pkg The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, TX, intends to issue solicitation 15B20618Q00000011 for the provision of Mobile Imaging Services. The services will be provided to individuals who are under the custody and care of the Federal Bureau of Prisons within a secure correctional environment, located at the Federal Correctional Institution, Fort Dix, NJ. The contract type is an indefinite delivery/requirements contract with firm-fixed unit price. The award will be made to the responsible vendor or individual who submits the lowest quote to the Government based on price related factors only. The contract periods for the service will consist of a base year and four option years with an additional 6 month optional period. Services will be performed in the Health Service Department at FCI Fort Dix, located at 5756 Hartford Rd, Joint Base MDL, New Jersey 08640. The employees will sign the consultant log, indicating the date of visit to the institution, the time of arrival and departure. The truck containing the mobile MRI/MRA/CT equipment must fit through our vehicle gate, which is capable of accommodating a tractor trailer type vehicle up to a maximum of 12 feet wide x 13feet 10 inches high x 73 feet long. The mobile MRI/MRA/CT/US will perform services on an as needed basis. Services typically will be scheduled between the hours of 6:00 AM. - 4:00 P.M., Monday through Friday. Each service will consist of an estimated amount of the following: MRI (15 exams/day - - 240 times/year), MRA (20 CT exams/day - - 160 times/year), General/Vascular Ultrasound (15 exams/day - - 270 times/year) and CT (Cardiac Ultrasound - - 90 times/year). The Contracting Officer Representative (COR) will be responsible for approving services dates. Services are based on the medical needs of the inmate population are subject to change based on the variable needs of the institution and the unpredictable nature of the correctional environment. All supplies and equipment the contractor may need for routine imaging will be provided by the contractor. The supplies include but are not limited to Dry View film, IV needles, syringes, puncture resistant needle boxes, pressure injector sets, contrast, barium, sulfate, x-ray jackets, PPE and ultrasound gel. The equipment includes but is not limited to mobile MRI/MRA/CT/US machines. Please see the attached Statement of Work for extensive details for these services. The solicitation will be available on or about April 9, 2018 and will be distributed solely through the General Services Administration's Federal Business Opportunities website at www.fedbizopps.gov. All future information concerning this acquisition, including solicitation amendments, will be distributed solely through this website. Interested parties are responsible for monitoring this site to ensure you have the most up-to-date information about this acquisition. Hard copies of the solicitation will not be available. The website provides all downloading instructions to obtain a copy of the solicitation. The anticipated date for receipt of quotes is on or about May 7, 2018. Faith-Based and Community-Based organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. All contractors doing business with the Federal Government are advised that this future solicitation includes the clause FAR 52.212-4(t) for Commercial Items and System for Award Management (SAM). This clause requires all contractors doing business with the federal government after September 30, 2003, to be registered in the SAM database at www.sam.gov. Contractors should include their Data Universal Number System (DUNS) number in their offers. The Contracting Officer will verify registration in the System for Award Management (SAM) database prior to award by entering the potential awardees DUNS number into the SAM database. The acquisition is restricted to Total Small Businesses. The North American Industrial Classification (NAICS) code is 621512 with a small business size standard of $15 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/70032/15B20618Q00000011/listing.html)
 
Place of Performance
Address: FCI Fort Dix, 5756 Hartford Rd, Joint Base MDL, New Jersey, 08640, United States
Zip Code: 08640
 
Record
SN04881464-W 20180408/180406230953-fb11597f9b6be55900aa5a42318b66ba (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.