Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2009 FBO #2638
DOCUMENT

Q -- Teleradiology Services - Amendment 1

Notice Date
2/13/2009
 
Notice Type
Amendment 1
 
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
246-09-Q-0010
 
Response Due
3/2/2009 1:00:00 PM
 
Archive Date
3/17/2009
 
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 52.212-3 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); 52.222-3, 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. 52.237-7 Indemnification and Medical Liability Insurance. As prescribed in FAR Part 37.403, insert the following clause: Indemnification and Medical Liability Insurance (Jan 1997) (a) It is expressly agreed and understood that this is a nonpersonal services contract, as defined in Federal Acquisition Regulation (FAR) 37.101, under which the professional services rendered by the Contractor are rendered in its capacity as an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over professional aspects of the services rendered, including by example, the Contractor's professional medical judgment, diagnosis, or specific medical treatments. The Contractor shall be solely liable for and expressly agrees to indemnify the Government with respect to any liability producing acts or omissions by it or by its employees or agents. The Contractor shall maintain during the term of this contract liability insurance issued by a responsible insurance carrier of not less than the following amount(s) per specialty per occurrence:1,000,000.00 /3,000,000.00 Aggregate. (b) An apparently successful offeror, upon request by the Contracting Officer, shall furnish prior to contract award evidence of its insurability concerning the medical liability insurance required by paragraph (a) of this clause. (c) Liability insurance may be on either an occurrences basis or on a claims-made basis. If the policy is on a claims-made basis, an extended reporting endorsement (tail) for a period of not less than 3 years after the end of the contract term must also be provided. (d) Evidence of insurance documenting the required coverage for each health care provider who will perform under this contract shall be provided to the Contracting Officer prior to the commencement of services under this contract. If the insurance is on a claims-made basis and evidence of an extended reporting endorsement is not provided prior to the commencement of services, evidence of such endorsement shall be provided to the Contracting Officer prior to the expiration of this contract. Final payment under this contract shall be withheld until evidence of the extended reporting endorsement is provided to the Contracting Officer. (e) The policies evidencing required insurance shall also contain an endorsement to the effect that any cancellation or material change adversely affecting the Government's interest shall not be effective until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer. If, during the performance period of the contract the Contractor changes insurance providers, the Contractor must provide evidence that the Government will be indemnified to the limits specified in paragraph (a) of this clause, for the entire period of the contract, either under the new policy, or a combination of old and new policies. (f) The Contractor shall insert the substance of this clause, including this paragraph (f), in all subcontracts under this contract for health care services and shall require such subcontractors to provide evidence of and maintain insurance in accordance with paragraph (a) of this clause. At least 5 days before the commencement of work by any subcontractor, the Contractor shall furnish to the Contracting Officer evidence of such insurance. (End of clause) 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 1:00 pm CST, March 2, 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=b91283ee90561a6c248980553a122e31&tab=core&_cview=1)
 
Document(s)
Amendment 1
 
File Name: Amednded schedule (schedulerev1 .doc)
Link: https://www.fbo.gov//utils/view?id=d33d7b68fa228d3b81010892f8b9c2c8
Bytes: 275.50 Kb
 
File Name: Amended Statement of Work (Teleradiology SOW revision 2.doc)
Link: https://www.fbo.gov//utils/view?id=79ab210ee21c9700035ac2843c47759c
Bytes: 281.00 Kb
 
File Name: Appendix C Interconnect Security Agreement (Appendix C - F06-27_InterconnectSA.doc)
Link: https://www.fbo.gov//utils/view?id=1a77e18816cd9c918afafeadf6ce353f
Bytes: 291.00 Kb
 
File Name: Appendix D HIPPA Business Associates Agreement (Appendix D - F06-50_BAA.doc)
Link: https://www.fbo.gov//utils/view?id=97b8032a35a805bee0578b38f2a53a0f
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, Albuquerque Area Office, Oklahoma City Area Office, Nashville Area Office, Billings Area Office, Portland Area Office, Tuscon Area Office, United States
 
Record
SN01750378-W 20090215/090213215642-b91283ee90561a6c248980553a122e31 (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.