Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2009 FBO #2614
DOCUMENT

Q -- Teleradiology Services - RFQ attachments

Notice Date
1/20/2009
 
Notice Type
RFQ attachments
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 3625 N.W. 56th, 5 Corp Plaza, Oklahoma City, Oklahoma, 73112
 
ZIP Code
73112
 
Solicitation Number
246-29-Q-0010
 
Archive Date
3/3/2009
 
Point of Contact
Larry K. Park ,, Phone: 4059513975
 
E-Mail Address
Larry.Park@ihs.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the FAR 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 number is 246-09-Q-0010 and issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-29. See attachment Schedule.doc for a list of contract line item numbers,estimated quantities, units of measure and option periods. This requirement is a performance based work statement for a non-personal services contract for teleradiology services to support the missions of the Albuquerque, Oklahoma, Nashville, Billings, Tucson and Portland Area Offices. The Indian Health Service intends to award a firm fixed price requirements contract with a base period plus four option years. See attachment Performance Base Statement of Work and attachment Schedule for the specific requirements and the contract items numbers and quantities, and units of measure. 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) and 2305 and 41 U.S.C. 253(g) and 253a and 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), FAR 37.104, Personal Services Contracts (Public Law 103-332, Department of the Interior and Related Agencies Appropriation Act, Title II, September 30, 1994, 108 Stat. 2530 as implemented by 25 U.S.C. 1638c) and FAR Subpart 37.6, Performance-Based Contracting. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items. and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. Offerors must include a completed copy of provision 52.213-3 Offeror Representations and Certifications Commercial Items. In addition to the information required in 52.212-3 contractors shall provide the following, (1) completed "Temporary Waiver of Character Investigation" and "Declaration for Federal Employment" forms; (2) verification of indemnification. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Feb 2008) applies to this acquisition. The following clauses apply 52.203-6, Restriction on Subcontractor Sales to the Government (Sept 2006); 52.219-6, Notice of Total small Business Set Aside (June 2003): 52.222-3, Convict Labor (June 2003) ; 52.219-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-3, 52.222-50 Combating Trafficking in Persons (Aug 2007) ; 52.232-33, Payment by Electronic Funds transfer-Central Contractor Registration (Oct 2003). The provision at 52.212-2 applies to this acquisition and is provided in full text. 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 and other factors considered. The following factors shall be used to evaluate offers: price, technical capability and past performance. Technical and past performance, when combined, are equal when compared to price. Technical capability will be evaluated on how well the proposal meets the Government requirements set for in this Request for Quotations. A brief description of technical capability shall be submitted with the quotation. Past performance shall be evaluated in accordance with the procedures in FAR part 13.106. The quotation shall include the contact name, telephone number and contract number of past or current contracts with Federal, State, local government and private efforts similar to this requirement awarded within the last three years. (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 HHSAR clauses are incorporated by Reference: HHSAR 352.270-13 Tobacco-Free Facilities (Jan 2006), HHSAR 352.270-17 Crime control act of 1990 Reporting Child Abuse (Jan 2006), HHSAR352.270-18 Crime control act of 1990- Requirement for Background Checks (JAN 2006), Business Associate Agreement Clause. An Indian Health Services Interconnection Security Agreement Form and HIPPA Business Associates Agreement Form will be completed by the successful offeror at the time of award. Contractor must be registered in Central Contractor Registration (CCR) prior to award. If not already registered in CCR, go to WWW.CCR.GOV to register prior to submitting quote. Quotes are due by 4:00 pm CST, February 16, 2009, and must be delivered via Federal Express or UPS to the Indian Health Service, Division of Acquisition Management, 701 Market Drive, Oklahoma City, OK 73114 Attn: Larry Park. All responsible sources may submit a quotation which shall be considered by the agency.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b704a1cdf8301b3756e5d19bd046a5cb&tab=core&_cview=1)
 
Document(s)
RFQ attachments
 
File Name: Schedule (schedule .doc)
Link: https://www.fbo.gov//utils/view?id=057f08640253da3c07b24897ab8d59eb
Bytes: 267.00 Kb
 
File Name: Performance Based Statement of Work (Teleradiology SOW Final.doc)
Link: https://www.fbo.gov//utils/view?id=5b5c1d1bd2453b402efb5dba079538df
Bytes: 265.50 Kb
 
File Name: Appendix C (Appendix C - F06-27_InterconnectSA.doc)
Link: https://www.fbo.gov//utils/view?id=a99198c78221dcdb1126b3407ccc2f99
Bytes: 291.00 Kb
 
File Name: Appendix D (Appendix D - F06-50_BAA.doc)
Link: https://www.fbo.gov//utils/view?id=cc6d014d4ddfab09d45566daa868fec1
Bytes: 253.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Multiple Indian Health Service Area Offices, Oklahoma City Area Office, Nashville Area Office, Billings Area Office, Portland Area Office, Tuscon Area Office, United States
 
Record
SN01734786-W 20090122/090121062913-b704a1cdf8301b3756e5d19bd046a5cb (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.