Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2009 FBO #2860
MODIFICATION

R -- MEDICAL TRANSCRIPTION SERVICE

Notice Date
9/21/2009
 
Notice Type
Modification/Amendment
 
NAICS
561410 — Document Preparation Services
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NH Guam, Bldg #1, L-Wing, Rm K116, Farenholt Road, Agana Heights, 96919
 
ZIP Code
96919
 
Solicitation Number
N6809609T083G
 
Archive Date
9/26/2009
 
Point of Contact
Jesusa P Larrew, Phone: 671-344-9675, Fia T Moso, Phone: 6713449297
 
E-Mail Address
Sue.Larrew@med.navy.mil, fia.moso@med.navy.mil
(Sue.Larrew@med.navy.mil, fia.moso@med.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for medical Transcription Services prepared in accordance with the format in 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. N6809609T083G is being issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-36. This acquisition is reserved for small businesses. The associated NAICS code for this acquisition is 561410 with a size standard of $7M. U.S. Naval Hospital Guam plans to acquire the following items: 0001- Medical Transcription Services. The period of performance will be from October 1, 2009 through September 30, 2010. Price per line is: (see below). A line is defined as 65 characters in length. If a line contains text, it is considered a line. Pitch 12: Font is COURIER NEW. $____per line - recorder $____ per line - 800 number $___per line - stat recorder $____per line - stat 800 number X-ray reports add $____cents per line. The required services will transcribe from dictation (voice recordings) which covers a wide range of medical specialties in accordance with the "Medical Transcription Services" Statement of Work attached. 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. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Feb 2008) applies to this acquisition. 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. FAR 52.212-4, Contract Terms and Conditions, Commercial Items. 52.232-18, Availability of funds. Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. Award will be made to the most responsive offeror proposing the items determined to be the most advantageous to the government in accordance with the evaluation factors listed above. FOB shall be Destination. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Offerors shall respond to this solicitation by 4:30 p.m. Pacific Standard Time 25 September 2009. Offers can be faxed to 671 344-9256, via Sue.Larrew or e-mailed to Sue.Larrew@med.navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68096/N6809609T083G/listing.html)
 
Place of Performance
Address: US NAVAL HOSPITAL GUAM, BLDG #1 L-WING RM: L107, AGANA HEIGHTS, 96910, Guam
 
Record
SN01963257-W 20090923/090921235605-dae0a45d906de6a03b571f1839ecb7f0 (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.