Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 04, 2025 SAM #8439
SOLICITATION NOTICE

R -- PRE-SOLICITATION NOTICE: Radiologist Physician Services

Notice Date
1/2/2025 11:54:34 AM
 
Notice Type
Presolicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH - CC BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
PN-CC-25-000092
 
Response Due
1/10/2025 1:00:00 PM
 
Archive Date
01/25/2025
 
Point of Contact
Lu Chang
 
E-Mail Address
lu-chang.lu@nih.gov
(lu-chang.lu@nih.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
This is a presolicitation notice and is not a request for proposals. IT IS ANTICIPATED THAT A FORMAL SOLICITATION/COMBINED SYNOPSIS WILL BE ISSUED WITHIN 30 DAYS OF THIS PRE-SOLICITATION NOTICE. NO RESPONSE IS REQUIRED FOR THIS NOTICE. Acquisition Description: This notice is a PRESOLICTATION NOTICE for commercial items/services using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-07. The North American Industry Classification System (NAICS) code for this procurement is: 621111 - Offices of Physicians (except Mental Health Specialists) � size standard $16 million or 621112 - Offices of Physicians, Mental Health Specialists � size standard $13.5 million. The requirement is being competed as full an open competition and is a small business set aside for small businesses that are also 8(a) certified. All vendors submitting an offer must be 8(a) small businesses under this NAICS code, and submit paperwork showing they are an 8(a) certified small business. The Solicitation number when it is issued in the future shall be RFQ-CC-25-000092, and this future solicitation will be issued as a Request for Quotes (RFQ). National Institute of Health�s Clinical Center (NIH-CC or �Program�) provides comprehensive care to research subjects participating in CC and sister institutes. Many of these patients require radiology service to acquire tissue biopsies for diagnosis or treatment surveillance, drainage of fluids to promote or prolong life, placement of needed intravenous access or gastrointestinal devices, undergo cancer tumor treatments and this requires skilled and dedicated radiology physicians. The NIH-CC needs to provide Radiologist Physician services to support patient care in different Radiology Modalities, such as Diagnostic Radiology, Interventional Radiology and Nuclear Medicine at the NIH Clinical Center. Program currently does not have enough radiologist staff and thus needs to hire a contractor radiologist. The contractor shall provide qualified, medically licensed individuals to perform the services. See Statement of Work (SOW) for more details. Place of Performance or Delivery: The Period of Performance is one base year, plus an estimated option year period depending on need and funding availability. Base Year: 02/01/2025 to 01/31/2026 Option Year 1: 02/01/2026 to 01/31/2027 Place of Performance: 10 Center Drive BLDG 10 - Clinical Center Room: 15640 Bethesda, 20814 MD Quote responses should include the price breakdown for the required base year and one (1) year option period. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (SEPT 2023) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (DEC 2022) FAR 52.204-7 System for Award Management (OCT 2018) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (JAN 2017) 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (DEC 2022) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (SEP 2023) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. The government intends to award a �firm fixed price� order (in the form of a PO, IDIQ, or BPA) to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The government will evaluate quotes to determine the proposal that conforms to the solicitation and presents the best value to the government (eg. the most advantageous to the Government based on price, performance, availability of funds, etc.). The award will be made based on factors including but not limited to the technical capability to meet the requirements/technical factors, price, and past performance. For this solicitation, price will be a factor in the selection, but technical factors shall be just as important or more important than price. THIS IS NOT A REQUEST FOR PROPOSAL. NO RESPONSE IS REQUIRED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b712a854a77f4aa18711244e1f1bc5b0/view)
 
Place of Performance
Address: Bethesda, MD 20814, USA
Zip Code: 20814
Country: USA
 
Record
SN07303951-F 20250104/250102230053 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.