Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2006 FBO #1760
SOLICITATION NOTICE

R -- Medical Transcription Services

Notice Date
9/19/2006
 
Notice Type
Solicitation Notice
 
NAICS
561410 — Document Preparation Services
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville OH 44141
 
ZIP Code
44141
 
Solicitation Number
VA-541-07-RP-0002
 
Response Due
9/28/2006
 
Archive Date
11/27/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation no. is VA-541-07-RP-0002 and is issued as a Request for Proposal. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. This acquisition is a 100 percent small business set-aside. The NACIS is 561410 with a size standard of $6.5 million. The Louis Stokes Cleveland VA Medical Center, Cleveland, Ohio, plans to award a fixed-price indefinite delivery/indefinite quantity contract for Medical Transcription Services. The period of performance will be from date of award through September 30, 2008 (if the Government decides it is in its best interest to exercise the option period). The Contractor shall bear the expense of their employees obtaining background investigations (approximately $250.00 each). Contractor shall be required to adhere to and comply with VA/VHA privacy and security rules and regulations. Contractor shall be responsible for meeting established turnaround times and for monitoring the work of their employees. This medical center inputs on the performance of its contractors, when applicable, through the Performance Management System, a past performance database accessible by all Government agencies. There will be no offshoring of this requirement. Line item shall include the following: CLIN 0001 One (1) line, Discharge Summary, Est Qty 297,000, Unit Line Price ______; CLIN 0002 One (1) line, Operation Report, Est Qty 120,000, Unit Line Price _______; CLIN 0003 One (1) line, Radiology Report, Est Qty 5,000, Unit Line Price _______; CLIN 0004 One (1) line, Magnetic Resonance Imaging Report, Est Qty 10,000, Unit Line Price _______; CLIN 0005 One (1) line, Compensation and Pension Examination Report, Est Qty 250,000, Unit Line Price _______; CLIN 0006 One (1) line, Consultation Report, Est Qty 900,000, Unit Line Price _______; CLIN 0007 One (1) line, Doctor's Progress Notes, Est Qty 300,000, Unit Line Price _______; CLIN 0008 One (1) each line, Miscellaneous Medical Administration Reports, as required, Est Qty 10 per month, Unit Line Price ________. The Contractor shall provide all transcription equipment/software required to accomplish these functions. The transcription equipment shall be compatible with Dictaphone Enterprise Voice and Text software through the I-Chart platform. Invoices shall be sent to FMS, P.O. Box 149971, Austin, Texas 78714. The Government shall award a fixed-price contract to the responsible offeror whose offer conforms to the solicitation and reflects the best value to the Government, price and other factors considered. Reference 52.212-2 Evaluation-Commercial Items, the following evaluation factors in descending order of importance shall be used to evaluate offers: (1) Technical (40 points); (2) Past Performance (30 points); and (3) Price (30 points). Award will be based upon Best Value criteria, with a combination of technical and past performance being greater than price. The following may apply to this procurement: The provision at 52.212-1--Instructions to Offerors--Commercial (delete e and h) applies; 52.212-3, Offeror Representations and Certifications--Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4-52.215-5 Facsimile Proposals {440-838-6052}; 52.216-18 Ordering {date of award through September 30, 2007 (this date may change upon exercise of the option)}; 52.216-19 Ordering Limitations {One (1) line; Three hundred thousand (300,000) lines; Three hundred thousand (300,000) lines; or One (1) day}; 52.216-22 Indefinite Quantity {September 30, 2007 (date may change upon exercise of option)}; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend Term of the Contract; 52.232-19 Availability of Funds for the Next Fiscal Year; 52.246-20 Warranty of Services; VAAR 852.237-70 Contractor Responsibilities, VAAR 852.270-1 Representatives of Contracting Officer, VAAR 852.270-4 Commercial Advertising. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this order, including the following clauses: 52.203-6, 52.219-6, 52.219-14, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.232-34, 52.239-1, 52.222-41, 52.222-42 (equivalent to position: Transcriptionist, GS-5), 52.222-43. All references to the VAAR and the FAR may be accessed at http://www1.va.gov/oamm/acquisitions/ars/policyreg/vaar/vaar801.htm and http://farsite.hill.af.mil/. All offerors shall submit the following: (1) Proposal; (2) Three references, to include contact information-- agency, contract number, period of performance, and dollar value; (3) Certifications/vitae; (4) Quality Assurance Plan; (5) Compliance Plan; (6) Price Quotes for CLINS 0001 through 0008; and (7) A completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Items which may be accessed at http://orca.bpn.gov/ All offers shall be sent to Nancy Phares via E-mail nancy.phares@med.va.gov or Fax 440-838-6052. For additional information, call Ms. Phares at 440-838-6078--no collect calls will be accepted. Submission must be received by 4 p.m. EST on September 28, 2006.
 
Place of Performance
Address: Cleveland VA Medical Center;10701 East Boulevard;Cleveland, OH
Zip Code: 44106
Country: USA
 
Record
SN01147932-W 20060921/060919220341 (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  © 1994-2020, Loren Data Corp.