Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2018 FBO #6029
SOLICITATION NOTICE

Q -- MOBILE MAMMOGRAPHY SERVICES - FAR provision 52.212-3

Notice Date
5/25/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-18-027-REL
 
Archive Date
6/26/2018
 
Point of Contact
Rita E Langager, Phone: 406.247.7293
 
E-Mail Address
rita.langager@ihs.gov
(rita.langager@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications - Commercial Items (NOV 2017). This provision must be completed and submitted with the offer if the electronic Representations and Certifications are not completed in the System for Award Management (SAM). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The procurement is being conducted pursuant to the authority of FAR Subpart 13.5, Simplified Procedures for Certain Commercial Items; FAR Part 12, Acquisition of Commercial Items (41 U.S.C. 1906, 1907, and 3307)); and FAR 37.4, Nonpersonal Health Care Services (10 U.S.C. 2304 and 41 U.S.C. 253). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a fixed-price commercial item contract in response to Request for Quotation (RFQ)-10-18-027-REL. The solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The associated North American Industry Classification System code is 621512 and the small business size standard is $15.0 million. PRICE SCHEDULE - MOBILE MAMMOGRAPHY SERVICES: BASE YEAR: 48 days @ $______________ per day = $___________________; OPTION YEAR ONE: 48 days @ $______________ per day = $___________________; OPTION YEAR TWO: 48 days @ $______________ per day = $___________________; OPTION YEAR THREE: 48 days @ $______________ per day = $___________________; OPTION YEAR FOUR: 48 days @ $______________ per day = $___________________. GRAND TOTAL: $___________________. PERIOD OF PERFORMANCE: July 1, 2018, through June 30, 2019, with four 12-month options. PURPOSE OF THE CONTRACT: The purpose of this acquisition is to contract for Mobile Mammography Services for the Blackfeet Service Unit, Browning, Montana hereinafter referred to as the Blackfeet Community Hospital (BCH). WORK SCHEDULE: The Contractor shall coordinate the dates with the Service Unit Radiology Department. The onsite services shall be available for a minimum of two days per month to a maximum of four days per month. Onsite visits will be alternating days of the week and will be determined by the Contracting Officer's Representative (COR) and mammography scheduler. Inclimate weather or days in which the contractor is unable to provide services must be rescheduled to assure that the minimum numbers of days are covered each month. STATEMENT OF WORK: This procurement is a nonpersonal health care service contract, as defined in FAR 37.101, under which the Contractor is an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over the medical and professional aspects of services rendered (e.g., professional judgments, diagnosis for specific medical treatment). The Contractor shall indemnify the Government for any liability producing acts or omissions by the Contractor, its employees and agents occurring during contract performance. The Contractor shall maintain medical liability insurance, which is not less than the amount normally prevailing within the local community for the medical specialty concerned. The Contractor is required to ensure that its subcontracts for provisions of health care services contain the requirements of the clause at 52.237-7, including the maintenance of medical liability insurance. MAJOR DUTIES: The Contractor shall provide mobile digital mammography services that include mammogram screening and diagnostic services, breast ultra sonography, and dexa-scan capabilities. The Contractor shall provide the digital mammography services with certified technicians that meet all FDA regulations. The services shall include digital exams for mammogram screening and diagnostics, breast ultrasonography and DEXA bone density scans with all exams and diagnostic interpretations performed electronically and digitized utilizing the exisiting Radiographic electronic PAC'S network and computerized system in place at the BCH and interlinked electronically with Northwest Imaging. All patient exams will be entered into the electronic health record (EHR) and RPMS system of the Indian Health Service. The Contractor shall furnish and supply the mobile unit with all equipment, tools, incidentals and technician to assure patient care is delivered timely, safely and according to all JCAHO, FDA and CMS guidelines. The Contractor will provide and be responsible for all required QA/QC licenses, certificates and/or any reporting requirements. The Contractor shall obtain and maintain accreditation and meet certification standards as required under the Mammography Quality Standards Act. The Contractor must be fully credentialed to perform examinations and interpretations per hospital policies and by-laws. All Medicaid, Medicare and third party billing shall be completed by the BCH. The BCH will provide a level parking pad for the mobile unit with electrical connection and computer connectivity capabilities. Water or sewer connections are not included and will not be available to the Contractor. The Contractor shall assume all liability for any power interruptions, electrical brownouts or fluctuations that may occur while connected to the power supply source provided by BCH. All maintenance and proper functioning of the Contractor's mobile unit and equipment shall be exclusively that of the Contractor. The Contractor shall assure that a full clinic day of 8 hours is provided for each visit. Cancellation of site visits due to inclimate weather will be rescheduled accordingly. Snow removal and access to the parking pad will be provided by the BCH. All patient screening exams and diagnostic services including imaging techniques, positioning and quality of exams transmitted for interpretations is the responsibility of the Contractor. The BCH will be available to assist with coordinating patient scheduling and pathfinding to the mobile unit. All procedures will be conducted inside an enclosed environment but may require the Contractor to pass outside to the radiology department for patient access and direction. KNOWLEDGE REQUIRED BY THE TECHNICIAN: A licensed radiographic technician will be required to perform all digital examinations and must possess the knowledge and skill required to complete mammograms, dexa scans and ultrasound exams. GUIDELINES: The Contractor shall follow all available guidelines within DHHS, PHS, IHS, Billings Area, and BCH's Medical Staff regulations, policies, procedures, and by-laws. The Contractor's employees, technicians, and any medical practitioner providing services will need to abide by and comply with all JCAHO, CMS, FDA and HIPAA regulations. All hospital safety procedures and infection control policies are to be adhered to by the Contractor. The Contractor will submit an invoice for services rendered to the radiology department for approval with verification by the Contracting Officer's Representative (COR). COMPLEXITY: The Contractor works independently and performs digital radiographic imaging procedures for mammography screening and testing via the teleradiological network service link with the interpreting facility currently providing this service for BCH utilizing a mobile unit. Consultations by the offsite radiologist will be conducted under the general direction of the physician in charge, clinical director or provider ordering the procedure/image. The Contractor shall perform all patient care services within accepted professional standards and demonstrate cultural sensitivity when providing services on-site and to all applicable JCAHO, FDA and BCH safety standards. The BCH may evaluate the quality of professional and administrative services performed by the contractor but retains no control over the medical professional judgement of the contractor or its designee. SCOPE AND EFFECT: The purpose of the contract is to provide professional mammagraphy screening and examination services including breast ultra-sonography and bone density scans using digital radiographic imaging techniques to improve the quality and timeliness of interpretations for diagnoses and treatment of patients presenting at BCH for routine health care. The services affect a broad range of patients and impacts the attending physician/providers ability to provide direct patient care. PERSONAL CONTACTS: Contacts include patients, family members, hospital employees, other contractors, and professional staff at outside facilities. Communication with patients on specific procedures given, results expected and medical attention provided. May need to discuss patient care with other providers and family members as well. CONTRACTOR FURNISHED PROPERTY: The Contractor shall furnish a portable digital mammography unit. COMPUTER SECURITY: Pursuant to the Federal Information Security Management Act of 2002 (FISMA), the contractor will be required to complete a course in Computer Security Awareness Training (CSAT). This training must be completed annually by all employees including contractors, volunteers, students, and summer externs. The Contractor will be required to comply with the Federal Information Processing Standards Publication (FIPS PUB) Number 201, "Personal Identity Verification of Federal Employees and Contractors," and the associated Office of Management and Budget (OMB) implementation guidance for personal identity verification for all affected contractor and subcontractor personnel. Access/clearance to all pertinent computer systems, including completing a Business Partner Interconnection Security Agreement (BPISA), should be coordinated with the Site Manager. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. CONTRACTING OFFICER'S REPRESENTATIVE (COR): The COR shall be responsible for: (1) Monitoring the Contractor's technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION: The Contractor shall submit its invoice to the Contracting Officer's Representative (COR) at the Blackfeet Service Unit, Browning, Montana. The Contractor agrees to include the following information on each invoice: (1) Contractor's name, address and telephone number; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service; and (6) Remit to address. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children's services are provided. CHILD CARE NATIONAL AGENCY CHECK AND INVESTIGATION (CNACI). A CNACI must be completed for all Indian Health Service (IHS) contractor personnel within the Billings Area. Public Law (P.L.) 101-630, Indian Child Protection and Family Violence Prevention Act and P.L. 101-647, Crime Control Act of 1990, require the IHS to conduct a character and criminal history background investigation on all contractors performing services in IHS facilities. The character and background investigations will be conducted by the Blackfeet Service Unit. SPECIAL CONTRACT REQUIREMENTS: Contractors cannot serve as expert witnesses in any suit against the Federal Government. Many of the IHS patients receiving services may only speak a native language and/or reside on a Native American Reservation, therefore, the Contractor must demonstrate sensitivity to cross-cultural and language differences. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION -COMMERCIAL ITEMS (JAN 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: FACTOR 1 - Radiographic Technology License. Offerors must submit copies of current State licenses. FACTOR 2 - FDA Certification. Offerors must submit copy of FDA certification. FACTOR 3 - Company Past Performance. Offerors must demonstrate mobile digital mammography experience through Government and/or commercial contracts by furnishing a minimum of three (3) references. FACTOR 4 - Cost/Price: The offeror agrees to hold the prices firm for 90 calendar days from the date specified for receipt of the offers. The price proposal should adhere to the pricing structure established in the "Price Schedule". The offeror's price proposal must be based on the offeror's technical proposal and the Government's statement of work. The "Price Schedule" shall be completed by the offeror in accordance with the following: (1) All prices contained in the price schedule must reflect an all-inclusive daily rate. Price is not assigned an adjectival rating or scored. It will be evaluated to determine whether it is reasonable and if the quotation reflects an understanding of the requirement. This factor will be evaluated utilizing price analysis techniques identified in FAR Part 15.404-1. Analysis will include review of price reasonableness and balanced pricing. Offerors are cautioned that "materially unbalanced" prices and/or unreasonably high or low prices may cause your quotation to be deemed unacceptable and rejected. Technical and past performance, when combined, are considered approximately equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. EVALUATION APPROACH: The content of the written quotations, as well as information derived from discussions/negotiations, if discussions are held, will be evaluated to determine the degree and extent to which the requirements and objectives set forth in the solicitation are satisfied. No assumption will be made by Government evaluators regarding areas not defined in the offeror's written material/information provided to the Government for evaluation. EVAULATION METHODOLOGY: A team of Government personnel will evaluate the quotations. The quotations will be evaluated in accordance with the aforementioned factors. Any quotation that is unrealistic, in terms of technical approach, schedule commitments, and or costs (high or low) will be deemed unacceptable. BASIS FOR AWARD: Selection of the successful offeror will be made based on the evaluation criteria. The quotations will be evaluated and a contract awarded under the Best Value Continuum approach to permit tradeoffs among cost or price and non-cost factors. This will allow the Government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror who meets or exceeds the technical acceptability standards established in the factors referenced above. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-7, 52.204-9, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.225-25, 52.227-14, 52.227-17, 52.228-5, 52.232-18, 52.232-39, 52.232-40, 52.237-2, 52.237-3, 52.237-7, 52.242-15, 52.242-17, 352.201-70, 352.202-1, 352.203-70, 352.215-70, 352.222-70, 352.223-70, 352.224-70, 352.224-71, 352.226-3, 352.227-70, 352.237-70, 352.237-71, 352.237-72, 352.237-73, 352.237-74, 352.239-73 and 352.239-74. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.204-10, 52.209-6, 52.209-10, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at https://www.acquisition.gov/ and http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3524d214210697effd2fd5c77848a806&rgn=div5&view=text&node=48:4.0.1.8.33&idno=48. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor must provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor must submit a completed copy of FAR 52.212-3 with its offer if the electronic Representations and Certifications are not completed in the System for Award Management (SAM). Contractors intending to conduct business with the Federal Government must register with the System for Award Management (SAM). SAM replaces the Department of Defense's Central Contractor Registration (CCR) database. SAM is now the primary Government repository, which retains information on Government contractors. You may register via the Internet at www.sam.gov. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Billings, Montana 59101, no later than 5:00 p.m., on June 11, 2018. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company's name and address. Offers will also be accepted by e-mail at Rita.Langager@ihs.gov or by fax at (406) 247-7108. ACCEPTANCE PERIOD: Your proposal 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 90 days from the date of receipt by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-18-027-REL/listing.html)
 
Place of Performance
Address: Blackfeet Service Unit, Blackfeet Community Hospital, 760 Hospital Circle, Browning, Montana, 59417, United States
Zip Code: 59417
 
Record
SN04934414-W 20180527/180525230354-568263fb8abd368d33e625884f8bcd5e (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.