Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2002 FBO #0357
SOLICITATION NOTICE

Q -- MEDICAL TRANSCRIPTION SERVICES

Notice Date
11/22/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
FISC, Seal Beach Det, Code 280, 800 Seal Beach Blvd., Bldg. 239, Seal Beach, CA 90740
 
ZIP Code
90740
 
Solicitation Number
N0024403T0192
 
Archive Date
1/10/2003
 
Point of Contact
Sandra Malveaux-Jones 562-626-7640
 
E-Mail Address
Email your questions to Click here to email the contract specialist
(malveaux.sandra@sbeach.navy.mil)
 
Description
This is a combined/solicitation/synopsis for commercial items prepared in accordance with FAR 13 and the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. N00244-03-T-0192 is issued as a Request for Quotations (RFQ). All references of ?offers? are understood to be ?Quotations?. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-09 dated 30 Aug 02 and Defense Federal Acquisition Regulation Supplement Revisions 20021025 dated 25 Oct 2002. The NAICS Code 561410 Offices of Physicians, Mental Health Specialist and the small business size standard is $5.0 million. The services are required by David Grant Medical Center and Naval Hospital Lemoore, Lemoore, CA. Anticipated period of performance is 16 Dec 02 through 30 Sep 03, with two one-year options commencing 1 Oct 03 through 30 Sept 04 and 1 Oct 04 through 30 Sept 05. Dictation will be transcribed using Rapid Telephone Access Systems Dictating (RTASD) systems and composite health care systems computer system. Full time radiology transcription service to be performed between the hours, 0745 and 1630. Coverage at night approx 10 days per month. Services include use of tele-radiology between David Grant Medical Center and Naval Hospital Lemoore. Estimated workload is 350 to 400 reports per week. Personnel shall read, understand, fluently speak and legibly write the English language. Full disclosure must be provided to the Contracting Officer within five calendar days upon any notification by the judicial or administrative forum. HEAL TH REQMTS a. No Contractor?s employee shall provide services under this contract unless a pre-assignment medical evaluation has been performed not more than 30 calendar days prior to commencement of work. Specific Transcription procedures are: RTAS dictating system and composite health care system computer system capabilities. Ten minute dictation transcribed per hour per employee. Type of reports requiring transcription include CT, MRI, Chest, Mammography, Musculoskeletal and all other dictation received via the RTAS dictation system. All transcribed material shall undergo a quality control check established by the contractor. The criteria will be no medical terminology errors with only one typographical error per complete document accepted. Dictation will be edited for grammatical and medical inconsistencies. Transcriptionist will be responsible for correcting their own reports after editing by radiologists. Reports shall be transcribed within 24 to 48 hours after they are submitted. DOCUMENTATION. All documentation shall be prepared to meet or exceed established standards of the MTF to include but not limited to: timeless, legibility, and accuracy. To maintain responsibility for the quality and accuracy of the report, the transcriptionist shall initial each document. GOVERNMENT TRAINING/ORIENTATION. Contracted staff shall attend government provided initial training for procedures, use of government provided equipment, forms, and facility orientation. SAFETY. All contractor personnel shall comply with all MTF safety procedures, use of provided equipment and facility. JOINT COMMISSION ON ACCREDITATION OF HEALTHCARE ORGANIZATION (JACHO). All applicable JACHO standards shall be met during the performance of this contract. EQUIPMENT MAINTEN ANCE. The Government will maintain, repair and/or replacement government owned equipment in compliance with established by the MTF. The purpose of a medical evaluation is to determine if the individual, from a medical standpoint, possesses the minimum physical abilities needed to perform the proposed job without significant risk to personal health or the health and safety of others. As a minimum, the individual shall be free of physical defects or medical conditions which might reasonably be expected to place other workers, patient, or the public at risk. b. As a condition of employment all Contractor?s employees who shall have patient contact or exposure to biological or pathological specimens shall be immunized, be granted a waiver, or have documented proof of immunity to rubella, rubeola, mumps, polio and hepatitis B. In addition, all Contractor?s employees shall be fr ee of infectious diseases (such as active tuberculosis, viral hepatitis, acquired immune deficiency syndrome (AIDS) and AIDS related complex (ARC) that might reasonably be expected to place other workers, patients or public at risk. An individual who has tested positive for HIV or has active hepatitis may be proposed for performance of medical service. Any individual performing medical services under this contract who develops a medical condition that might reasonably be expected to place other workers, patients, or the public at risk shall be immediately removed from contract performance. The Contractor shall be responsible, at no additional cost to the Government, for securing the services of any replacement personnel. c. All Contractor personnel performing medical services under this contract shall complete periodic evaluations required by the medical treatment facility (MTF). The Contractor shall provide the Contracting Officer a certificate documenting the results of this evaluation. The following FAR provisions are applicable to this RFQ ? FAR 52.212-1, Instructions to Offerors ? Commercial Items; Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. FAR 52.212-2, Evaluation-Commercial Items, is applicable. Award will be made to the offeror that meets the solicitation?s minimum criteria for technical acceptability at the lowest price. To be technically acceptable, the offeror must provide information that clearly demonstrates their ability to meet the technical capability requirements. The information submitted will be used to m ake a determination of whether the offeror meets the technical capability requirements. 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). Offerors are required to complete and include a copy of the following provisions w/proposal: FAR 52.212-3 ALT I, Offerors Representation and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions Required to Implement Statutes for Executive Orders ? Commercial Items applies as well as the following addendum clauses: FAR 52.217-9, Option to Extend Services, FAR 219-1, Small Business Program Representations; FAR 52.211-5, Materi al Requirements. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era.;52.222-41, Service Contract Act of 1965. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and addendum provisions DFARS for Certain Domestic Commodities. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Repre sentation and Certifications ? Commercial Items. Note: the full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov.far; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet www.dtic.mil/dfars. Response should include the following information: 1) Company?s complete mailing and remittance addresses, the company?s CAGE code, Dun and Bradstreet Number, and Taxpayer ID number. All FAR certifications and representations specified above must also accompany your quote. IMPORTANT NOTICE: DFARS 252.204-7004 ?Required Central Contractor Registration? applies to all solicitation issued on/or after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter INEGLIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit th e Internet at http://ccr.edit.disa.mil for more information. This announcement is published as a Total Small Business-Set-Aside action per FAR 52-219-1 and 52-219-6 (this means you must be a small business; all eligible, responsible sources may submit an offer. Sealed offers in original and 1 copy must be received no later than 3:00 pm, local time, 11 Dec 02. Offers sent via US Postal Service should be mailed to Fleet and Industrial Supply Center, Seal Beach Det., Bid Officer (Code 280), 800 Seal Beach Blvd., Bldg. 239, Seal Beach, CA 90740-5000. All offers not sent through the US mail will be considered hand carried and direct delivered. Hand carried offers must be delivered directly to Bid Officer in Bldg. 239. Direct delivery of offers is only possible during weekdays, excluding federal holidays, between the hours of 8:00 am and 4 pm. Quotes will be accepted via fax 56 2-626-7877.
 
Web Link
http://www.neco.navy.mil
(http://www.sd.fisc.navy.mil)
 
Record
SN00210100-W 20021124/021122213521 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.