Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2010 FBO #3021
SOLICITATION NOTICE

Q -- Echocardiogram Interpretation Services - Pawnee - Statement of Work

Notice Date
3/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
 
ZIP Code
73114
 
Solicitation Number
246-10-Q-0019
 
Point of Contact
Edson Yellowfish, Phone: 405-951-3888
 
E-Mail Address
edson.yellowfish@ihs.gov
(edson.yellowfish@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Temporary Waiver forms Statement of Work for the Echocardiogram Interpretation Services, Pawnee OK This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotes (RFQ) 246-10-Q-0019 and is unrestricted. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38, effective 12/10/2009. The associated NAICS code is 621111, with a standard business size of $10.0M. Contractor shall provide a firm, fixed-price hourly rate for Echocardiogram Interpretation Services at the Pawnee Indian Health Center. The Indian Health Service (IHS) intends to award a firm, fixed-priced indefinite-delivery indefinite-quantity contract with a base period plus four (4) option years, with individual task orders issue against the base contract as needed. Propose pricing per echocardiogram reading (approximate 1200-1500) for base year: April 1 2010 to March 31 2011; Option Year 1 April 1 2011 to March 31 2012; Option Year 2 April 1 2012 to March 31 2013; Option Year 3 April 1 2013 to March 31 2014; Option Year 4 April 1 2014 to March 31 2015. Total duration of this contract, including the exercise of any options, shall not exceed 60 months. Evaluation of options shall not obligate the Government to exercise the option(s). Description of Requirements: See Attached Statement of Work (SOW). CLAUSES INCOPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisitions Regulations (HHSAR) can be accessed on the Internet at hhtp://www.farsite.hill.af.mil. The provisions of 52.212-1, Instructions to Offerors - Commercial Items (June 2008), applies to this acquisition. In addition to the information required in FAR 52.212, Contractors MUST provide the following: (1) completed "Temporary Waiver of Character Investigation" and "Declaration for Federal Employment" form (attached); (2) verification of indemnification; (3) two past performance references to include the contract name and phone number, contract number, company name, brief description of project; (4) Dun and Bradstreet Number (note: Contractors must be registered in the Central Contractor Registration to be eligible for award. This can be done at http://www.ccr.gov). Failure to do so will deem the quote as unacceptable. The provisions of 52.212-2, Evaluation - Commercial Items (Jan 1999) applies to this acquisition. The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Price; (2) Professional Licensure (Offeror must have a current, unrestricted State license, and must provide evidence of medical license); (3) Two Letters of Reference (Offeror must provide at least two letters of reference from other health care providers familiar with the contractors' skills. One letter must be from the Chief of Staff or another Staff member at the hospital in which the contractor either currently or last held staff privileges); (4) Past Performance (Offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts/jobs. The offeror must list at least two contracts/jobs and include the following information. (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service/Employment; (4) Total contract value/hourly wage; (5) Description of contract work/Job duties; (6) Contracting Officer/Company Manager and telephone number; (7) Program/Project Manager and telephone number, if applicable. Award will be made to the lowest-priced, technically acceptable Offeror. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certification - Commercial Items (Aug 2009) or indicate certifications in ORCA at https://orca.bpn.gov/. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 Central Contractor Registration (Apr 2008), 52.204-8 Annual Representations and Certifications (Feb 2009), 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007), 52.223-6 Drug-free Workplace (May 2001), 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997); 352.202-1 Definitions (Jan 2006), 352.215-1 Instructions to Offerors-Competitive Acquisition, 352.223-70 Safety and Health (Jan 2006), 352.224-70 Confidentiality of Information (Jan 2006), 352.270-11 Privacy Act (Jan 2006), 352.270-12 Pro-Children Act (Jan 2006), 352.270-13 Tobacco-free facilities (Jan 2006), 352.270-17 Crime Control Act - Reporting of Child Abuse (Jan 2006) and 352.270-18 Crime Control Act - Requirement for Background Checks (Jan 2006). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Feb 2010) applies to this acquisition. The following FAR and HHSAR clauses apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sept 2006); 52.216-8 Ordering (Oct 1995)(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from April 1 2010 through March 31 2015. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule; 52.216-9 Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $1, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of $5.5 million; (2) Any order for a combination of items in excess of $5.5 million; or (3) A series of orders from the same ordering office within 365 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source; 52.216-22 Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contractor shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extend as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make - any deliveries under this contract after March 31 2015; 52.217-9, Option to Extend the Term of the Contract (Mar 2000), (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years; 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); Affirmative Action for Workers with Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Feb 2009); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Quotes are due by 4:30 PM CST, March 19 2010, and must be delivered via Federal Express or UPS to the Indian Health Service, Division of Acquisition Management, 701 Market Drive, Suite 242A, Oklahoma City OK 73114, Attn: Edson Yellowfish. Questions concerning this solicitation may be addressed to Edson Yellowfish at 405.951.3888. Contracting Office Address: 701 Market Drive, Suite 242A, Oklahoma City, OK 73114. Place of performance: Pawnee Indian Health Center, 1201 Heritage Circle, Pawnee OK 74058. Primary point of contact: Edson Yellowfish, Contract Specialist, edson.yellowfish@ihs.gov Phone 405.951.3888.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-10-Q-0019/listing.html)
 
Place of Performance
Address: 1201 Heritage Circle, Pawnee, Oklahoma, 74058, United States
Zip Code: 74058
 
Record
SN02078926-W 20100303/100301234518-ca4faf7ae2aa23e8caa55bf995a6d8f2 (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.