Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2007 FBO #2132
SOLICITATION NOTICE

Q -- Ultrasound services for the Sisseton Service Unit

Notice Date
9/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, SD, 57401, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ-COM-08-02
 
Response Due
10/15/2007
 
Archive Date
10/30/2007
 
Point of Contact
Tammy Dennert, Contract Specialist, Phone 605.226.7567, Fax 605.226.7669
 
E-Mail Address
tammy.dennert@ihsabr.ihs.gov
 
Description
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. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) & 2305 & 41 U.S.C. 253(g) & 253a & 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), & FAR 37.4, Nonpersonal Health Care Service (10 U.S.C 2304 & 41 U.S.C. 253). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Aberdeen Area Indian Health Service (IHS) intends to award a firm fixed-price commercial item contract in response to Request for Quotation (RFQ) RFQ-COM-08-02. This solicitation is being released on an unrestricted basis. The solicitation documents & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-20. The associated North American Industry Classification System code is 621512 & the small business size standard is $12.5 million. PRICE SCHEDULE: ULTRASOUND SERVICES: The proposed pricing must be all inclusive (to include but not be limited to transportation, food, lodging, per diem, and etc.). The contractor is responsible for all associated costs for the ultrasonographer. CONTRACT LINE ITEM NUMBER (CLIN) ONE: ULTRASOUND EXAMS: BASE PERIOD: 600 exams x $___ per exam = $___; OPTION ONE: 650 exams x $___ per exam = $___; OPTION TWO: 700 exams x $___ per exam = $___; OPTION THREE: 750 exams x $___ per exam = $___; OPTION FOUR: 800 exams x $___ per exam = $___. PURPOSE OF THE CONTRACT: The Sisseton-Wahpeton Oyate Health Care Center, hereinafter referred to as Sisseton Service Unit, has determined that there is a need for non-personal contractor services for the purpose of providing ultrasound services for patients. The Providers at the Sisseton Service Unit will determine which of their patients require this examination based on urgency and the limited provision of services. The contractor shall furnish the necessary equipment, qualified personnel and electronic media if necessary to provide quality ultrasound services to the Sisseton Service Unit in compliance with JCAHO or current accreditation standards. IHS requires contractor services to continue without interruption during the resultant contract. This is a non-personal services contract. Services that will be required will include, but are not limited to: CONTRACTOR RESPONSIBILITIES: The services that will be required will include, but are not limited to the following. 1. Assurance that the ultrasound services provided meet the rules and regulations outlined by JCAHO, HGFA, and standards set forth by the IHS. 2. Contractor will document compliance with Personnel, personnel orientation, obtaining and preserving records, equipment, safety and quality assurance standards according to JCAHO, HGFA, and ARRT. 3. Quality control and calibration requirements shall be met and documented by the contractor. 4. All services rendered shall take place at the Sisseton Service Unit by means of a mobile ultrasound unit. 5. The contractor shall coordinate scheduling with the Sisseton Service Unit Radiology Department. 6. Images obtained will become the property of IHS and will be submitted for diagnostic interpretation by the IHS medical imaging personnel. 7. The contractor, working in conjunction with interpreting radiologists will follow protocols set forth for examinations, and will follow procedures for corrective actions when images obtained are of less than acceptable quality. 8. The contractor shall provide imaging media (CD-R) and/or format directly into the department's PACS. If applicable, provide a format of one patient/exam per CD. 9. The contractor shall supply all patient consumable items require for ultrasound including but not limited to transmission gel, and specific cold sterilization products if required by the manufacturer of the contractor's equipment. 10. The contractor shall provide services on at least a weekly basis to complete the exams scheduled by the Sisseton Service Unit Radiology Department. The contractor shall have resources to provide additional service days if determined necessary by the Project Officer to fulfill the needs of the Sisseton Service Unit. IHS RESPONSIBILITIES: 1. Supply adequate space and wet processing if applicable. 2. Will supply linens and patient comfort supplies. 3. Will preserve and maintain images and provide for their diagnostic interpretation. 4. Accompany minor children and assist with patient care. 5. Bill for ultrasound exams and interpretation. WORK/PAY SCHEDULE: At least on a weekly basis as decided by the project officer and the contractor. REPORTING REQUIREMENTS: Monthly invoices submitted as stated below. PROFESSIONAL QUALIFICATIONS CRITERIA: All Contractor supplied personnel must be certified by the American Registry of Radiologic Technologists (ARRT)/American Registry of Diagnostic Medical Sonographers (ARDMS) licensed, registered, and certified. SPECIFICATIONS & STANDARDS: The resulting contract shall be: 1. Be a non-personal service, which the contractor is independent, not considered an employee, & direct supervision is by the Radiology Supervisor. 2. Allow the IHS to evaluate the quality of professional & administrative services provided, but retain no control over the medical, professional aspects of the services rendered. 3. Require the contractor to indemnify the Government for any liability producing act or omission by the Contractor during contract performance. 4. In accordance with FAR 52.237-7, require the contractor to maintain medical liability insurance for the contractor personnel, in the coverage amount acceptable to the Contracting Officer, which is not less than the amount normally prevailing within the local community for the medical specialty concerned. Contractor shall notify the Contracting Officer of any change in insurance relating to this contract during the contract life. The notification shall provide evidence that they meet all the requirements of this clause. 5. Any subcontracts relating to this contract shall contain the requirements of FAR 52.237-7 clause. 6. The services provided by the contractor shall include but not be limited to mobile medical ultrasound services. QUALIFICATIONS/CREDENTIALING: The contractor shall have a current ARRT/ARDMS certification. All required certifications/licensures in this statement of work (SOW) must remain current during the life of the contract. The contractor shall not have any work or health restrictions which interfere with the performance of ultrasound services. The contractor shall maintain standards of personal hygiene & grooming compatible with the expectations of the Hospital clinical staff & the Indian community. PERIOD OF PERFORMANCE: Date of Award through September 30, 2008, with four 12-month options. COMPUTER SECURITY: All Federal agencies are required by the Federal Information Security Management Act of 2002 to complete a course in Computer Security Awareness Training. Within HHS, there is a requirement for this training to be completed annually by all employees including all contractors, volunteers, students, summer externs, etc. 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 Federal funded children?s services are provided. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The project officer shall be responsible for: (1) Monitoring the Contractors technical progress, including surveillance & assessment of performance & recommending technical changes: (2) Interpreting the PWS; (3) Technical evaluation as required; (4) Technical inspections & acceptance; & (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION & PAYMENT: The Contractor shall submit its invoice to the Project Officer and the Property and Supply Department at the Sisseton Service Unit & then forwarded to Contracting Officer, Aberdeen Area Indian Health Service, 115 4th Ave SE, Room 309 Federal Building, Aberdeen, South Dakota 57401. The Contractor agrees to include the following information on each invoice: (1) Contractors named, address; (2) Contract Number; (3) Invoice number & date; (4) Cost or price; (5) Dates of Service including number of hours worked; & (6) Remit to address. Payment shall be made by the Aberdeen Area Financial Management Branch, 115 4th Ave SE, Room 309 Federal Building, Aberdeen, South Dakota 57401. 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 & language differences. The Privacy Act of 1974 mandates that the Contractor maintain complete confidentiality of all administrative, medical & personnel records, & all other pertinent information that comes to his/her attention or knowledge. The Privacy Act carries both civil & criminal penalties for unlawful disclosure of records. Violation of such confidentiality shall be cause for adverse action. The IHS shall provide training on the Freedom of Information Act & the Privacy Act. All IHS regulations & policies applicable to these Acts shall be enforced. The Contractor shall comply with IHS facility infection control & safety procedures, practices, & standards PROVISIONS & CLAUSES: The following provisions & clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; & 52.212-3 Offeror Representations & Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to the acquisition & is provided in full test. 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 & other factors considered. Technical Proposal - The following factors shall be used to evaluate offers: (1) Methodology & Approach = 25 POINTS: (i) Proposals, which merely offer a statement to conduct/provide in accordance with the requirements of the Government Statement of Work, will not be eligible for award. The offeror must submit an explanation of the proposed technical approach in conjunction with the tasks outlined in the Statement of Work. (ii) The detailed work plan must be submitted indicating how each aspect of the Statement of Work is to be accomplished. Your technical approach should be in as much detail as you consider necessary to fully explain your proposed technical approach or method. The technical proposal should reflect a clear understanding of the nature of the work being undertaken. (iii) The technical proposal must include information on how the project is to be organized, staffed and managed. Information should be provided which will demonstrate the offeror?s understanding and management of important events or tasks. (2) Past Performance = 35 POINTS: The technical proposal must include a listing of similar ultrasound service contracts, Government and/or commercial, awarded to the offeror. The similar contracts must contain the same type of ultrasound service requirements outlined in the Statement of Work. The offeror must demonstrate its record of successful performance in past contracts by including the following information for each contract. (i) Identify the one contract, which you consider to be the most successful, and the reasons for that determination. (ii) Identify other similar contracts and indicate your record of performance. (iii) In the event your firm did not have contracts which did not meet the Statement of Work requirements of this solicitation, list up to five other contracts which you deem similar. (iv) For each of the above contracts furnish the name, address and telephone number of the contracting organization, a point of contact in the organization, the contract number and dollar value, and dates of contract performance. (3) Key Personnel = 20 POINTS: (a)The technical proposal, as a minimum, must include the following information in sufficient detail to allow a complete analysis of the offeror?s management capabilities and responsibility. (i) Capability to meet delivery or performance schedules. (ii) Record of corporate experience. (iii) Possession of necessary organization, experience and technical skills to perform the work, or the ability to obtain them. (iv) Technologists must be certified by the American Registry of Radiologic Technologists/Registered Diagnostic Medical Sonographer (ARRT/RDMA) through out the course of the contract. (b) The technical proposal must include a list of the professional personnel to be utilized in performance of the contract, and key employees who will be assigned to this project. Curriculum vitae/resumes, American Registry of Radiologic Technologies (ARRT) certification, and Registered Diagnostic Medical Sonographer (RDMS) certification of personnel directly involved in providing services under the contract shall be included in the technical proposal. The technical proposal shall specify the level of staff and extent to which each will participate in contract performance. (4) Management = 20 POINTS: The technical proposal as a minimum must include the following information in sufficient detail to allow a complete analysis of the offeror?s management capabilities and responsibility. (ii) (a) Financial capability to perform the Statement of Work. (b) Capability to meet delivery or performance schedules. (c) Possession of necessary organization, experience and technical skills to perform diagnostic quality exams. (d) Possession of the required vehicles and mobile unit to perform high quality diagnostic ultrasound exams. Technical and past performance, when combined are considered 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. The following FAR & Health & Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-7, 52.204-9, 52.212-4, 52.212-5 with Alternate I, 52.215-5, 52.217-8, 52.21709, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-18, 52.233-4, 52.237-2, 52.237-3, 52.239-1, 52.242-15, 52.242-17, 52.243-1, 52.245-1, 52.245-1, 52.249-2, 52.249-8, 352-202-1, 352-215-1, 352.215-70, 352.223-70, 352.232-9, 352-270-2, 352.270-3, 352.270-4, 352.270-6, & 352.270-7. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.204-6 with Alternate I, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, & 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR & HHSAR provisions & clauses. The provisions & clauses may also be accessed electronically at http://acquisition.gov/far/index.html & http://www.hhs.gov/oamp/dap/hhsar.html. CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST REGISTER WITH THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE VIA THE INTERNET AT HTTP://WWW.CCR.GOV OR BY CALLING (888) 227-2423. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with its offer. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Aberdeen Area Indian Health Service, 115 4th Ave SE, Room 309, Federal Building, Aberdeen, South Dakota 57401, no later than 2:00 p.m. on October 15, 2007. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, & your name & address. Offers will also be accepted by fax at (605) 226-7669. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms & conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt by the Government.
 
Place of Performance
Address: PO Box 189, Sisseton, SD
Zip Code: 57262-0189
Country: UNITED STATES
 
Record
SN01421415-W 20070928/070926223343 (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.