Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2008 FBO #2383
SOLICITATION NOTICE

R -- Medical Transcription Services

Notice Date
6/3/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561410 — Document Preparation Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Phoenix Area Office, 40 N Central Avenue, Phoenix, Arizona, 85004-4424
 
ZIP Code
85004-4424
 
Solicitation Number
IHS-SOL-0800141
 
Archive Date
6/21/2008
 
Point of Contact
Jonelle Clytus,, Phone: 602-364-5020
 
E-Mail Address
jonelle.clytus@ihs.gov
 
Small Business Set-Aside
N/A
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. 2. Solicitation number IHS-SOL-0800141is issued as a request for quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. 4. This is a 100% Small Business Set-Aside. If there is no offers received from a small business concern, this acquisition for small business set-aside may be dissolved and the acquisition open to all responsive bidders. NOTE: This acquisition will not be reposted to the Electronic Posting System if the acquisition is dissolved for 100% small business consideration. The NAICS code is 561410 and the size standard is $6.5 million. 5. This solicitation contains the following line item(s): The Department of Health and Human Services (DHHS), Indian Health Service (IHS), is seeking through a solicitation for “Medical Transcription” services to be performed at the Whiteriver Indian Hospital; a facility of the Indian Health Service (IHS) located in area region referenced as Phoenix Area. The purpose and objective of this solicitation is to obtain quality staffing solutions from qualified/experienced contractor(s), in an efficient, streamlined, and cost effective manner in accordance with applicable statutes and regulations. Services shall include: 1. H&P 2. TX Summaries and Letters 3. Narrative summaries returned within 24 hours 4. Other summaries due within 48 hours 5. Other routine transcription services provisions 6. Period of Performance: June 15, 2008 through December 15, 2008. Place of Performance: Whiteriver Indian Hospital, Whiteriver, AZ. FOB: Destination. 7. The provision at FAR 52.212.1, Instructions to Offerors - Commercial applies to this acquisition. Multiple offerors and awards are hereby deleted from this solicitation. All quotes must be for all items, as stated, partial quotes will not be considered. Award will be made to a single vendor. All inquiries or questions pertaining to this solicitation must be submitted in writing by the concern party at least 2 business days prior to closing date. The offer will be 8 1/2” x 11”. Written proposal should be limited to 2 pages - Non-Price Factors (Not to Exceed 1 page) Bid Schedule (Not to Exceed 1 page). 8. The provision at FAR 52.212-2, Evaluation of Commercial Items applies. Addendum to Paragraph (a), The Government will award a purchase order resulting from this RFQ to the most responsive, responsible offers whose offer represents the best value in terms of technical capability, price and past performance. Best value will be based upon a tradeoff between non-price and price factors. The non-price factors when combined are significantly more important than price consideration. Factors: (1) Non-Price: Technical capability (2) Price: Offers will be evaluated for completeness, reasonableness and competitiveness. An offer proposed price would be determined by multiplying the quantities identified in the pricing schedule by the proposed fixed unit price by contractor line item number to confirm the extended amount. The Government reserves the right to enter into and agreement with other than lowest offeror. The government intends to enter into an agreement without discussions, nevertheless, the government may communicate with an offeror in order to clarify or verify information submitted in its offer. 9. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial, with its offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. 10. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following FAR clauses are applicable: 52.212-3, Offeror Representations and Certifications -- Commercial Items, 52.212.4, Contract Terms and Conditions Commercial Items, with addendum. 11. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jun 2003), applies to this acquisition. The following FAR clauses under paragraph (b) are applicable: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (Jun 2003); and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (May 1999). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov. The CCR number must be obtained before award can be made. 12. If interested, e-mail, fax or mail your offer to the POC stated herein. Your offer must include the following: (a) written proposal – limited to 1 page; (b) bid schedule, (c) completed Representations and Certifications “FAR 52.212-3”. 13. Quotations must be received no later than 5:00pm MST, June 6, 2008. The Government prefers that all offers are e-mailed to the point-of-contact below with solicitation number (IHS-SOL-0800141) and contractors name listed in the subject block. Facsimile proposals will be accepted at 602-364-5030. Mail offers/proposals should be mailed to: Two Renaissance Way, 40 N. Central Avenue, Ste. 507, Phoenx, AZ 85004 ATTN: Jonelle Clytus. 14. The Government Primary point-of-contact is Jonelle Clytus at 602-364-5020 or Jonelle.clytus@ihs.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8c07fa8bb2cd4947daf8a2eb89661d1f&tab=core&_cview=1)
 
Place of Performance
Address: Whiteriver Indian Hospital, PO Box 860, Whiteriver, Arizona, 85941, United States
Zip Code: 85941
 
Record
SN01585714-W 20080605/080603220054-8c07fa8bb2cd4947daf8a2eb89661d1f (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.