Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
SOLICITATION NOTICE

Q -- Ultrasound Technician at Wewoka - Waiver of Character form - Childcare Addendum form - Declaration for Federal Employment - SF 1449

Notice Date
4/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621512 — Diagnostic Imaging Centers
 
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-0024
 
Point of Contact
Cynthia L Rattler, Phone: 405.951.3989, Jennifer Farris, Phone: 405-951-3893
 
E-Mail Address
cindi.rattler@ihs.gov, jennifer.farris@ihs.gov
(cindi.rattler@ihs.gov, jennifer.farris@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This form is to be used to submit quotes Declaration for Federal Employment Childcare Addendum Waiver of Character 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. The solicitation is issued as Request for Quotes (RFQ) # 246-10-Q-0024 and is a 100% small business set aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39, effective March 19, 2010. The associated NAICS code is 621512, with a standard business size of $13.5 M. Contractor shall provide a firm, fixed-price (all inclusive to include travel and per diem) hourly rate for 412 hours for ultrasound technician services. The Indian Health Service (IHS) intends to award a firm, fixed-priced contract with a base period plus four option years. Propose pricing for (base year): June 9, 2010 to June 8, 2011 (or one year from date of award); Option Year 1: June 9, 2011 to June 8, 2012; Option Year 2: June 9, 2012 to June 8, 2013; Option Year 3: June 9, 2013 to June 8, 2014; Option Year 4: June 9, 2014 to June 8, 2015. Propose pricing for the period of June 9, 2010 through June 8, 2015, using the attached SF 1449. Evaluation of options shall not obligate the Government to exercise the option(s). DESCRIPTION OF REQUIREMENTS: The Contractor shall provide professional ultrasound technician services at the Wewoka Indian Health Center located in Wewoka, Oklahoma. Services will be provided June 9, 2010 through June 8, 2011, each Wednesday of every month. The hours of operation are from 8:00 a.m. to 4:30 p.m. SERVICES TO BE PROVIDED: A. The contractor shall provide services required to perform under this contract. The ultrasound technician shall provide outpatient services as scheduled by the facility. B. The technician shall perform requested anatomical examinations based on practitioner's brief clinical history. The technician will receive patients, explain the methods of procedures, position patients, and make adjustments necessary for the required examination and determine any special patient preparation that will be necessary. C. The technician shall provide his/her own equipment and ensure equipment is ready for use, procedures are correctly performed and only properly functioning equipment is used. D. The equipment must be Diacom compatible in order to digitally submit readings to Diagnostic Imaging Associates (DIA) for evaluation. Film will be read by contract radiologist and reports will be submitted to Wewoka Indian Health Center for inclusion in the patient's chart. E. All equipment brought into WIHC will be checked for safety and proper operation by WIHC staff. The equipment will be checked prior to usage at each visit. THE CONTRACTOR WILL NEED TO SUPPLY THEIR OWN EQUIPMENT AND SUBMIT THEIR READINGS ELECTRONICALLY. REPORTS: All reports of scans done by the Ultrasound Technician will be forwarded to the Radiologists within 6 hours of completion. All reports are emailed to the WIHC from the Radiologist and will be available to the medical staff in accordance with The Joint Commission standards. All film, interpretations, and evaluation of patients and radiology department records required in the performance of this contract will remain the property of and subject to the exclusive control of the U.S. government. QUALIFICATIONS AND PERSONNEL: A. The contractor shall provide onsite ultrasound services provided by a technician that: (1) Possesses a Bachelors degree or higher in Sonography from an accredited college/program. (2) Is registered and in good standing with the American Registry of Diagnostic Medical Sonographers (ARDMS). (3) Triple certified-capable of performing all modalities to include abdominal, obstetrics/gynecology, vascular and cardiac images as well as static imaging, color flow and doppler mapping. B. Quality of professional services will be at a level commensurate with standards of the ultrasound profession C. In the event of absences, the contractor shall provide replacement personnel within one working day (8 hrs.). D. The government assumes no responsibility for negligent acts of the contractor. Therefore, the contractor is responsible for obtaining that amount of malpractice insurance coverage that he/she considers appropriate. The Government requires minimum amounts of $1 million per occurrence/$3 million aggregate. The contractor will keep harmless and indemnify the government against any or all loss, cost, damage, claim expense or liability whatsoever as a result from the performance of this contract. E. Contractor will provide professional liability insurance at the required levels ($1/3 million) and workman's comp for all employees. F. Contractor will provide equipment capable of performing all modalities to include abdominal, ob/gyn, vascular and cardiac images as well as static imaging, color flow and doppler mapping. GOVERNMENT FURNISHED PROPERTY AND SERVICES: A. The Wewoka Indian Health Center will provide adequate space for contractor to perform procedures. B. The contractor will supply equipment to be used and proper maintenance agreements. INVOICES SUBMISSION: The contractor shall submit invoice to: Division of Financial Management Oklahoma City Area Indian Health Service 701 Market Drive Oklahoma City, OK 73114 The contract agrees to include the following information on each invoice: A. Contractor's name; B. Invoice date; C. Purchase order number or services rendered or goods delivered; D. Description; E. Quantity of services rendered or goods delivered; F. Cost per price; G. Payment terms; H. Where applicable - name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. INVOICE PAYMENT: Payment will be made on this purchase order as close as possible to, but not later than thirty (30) calendar days after an invoice containing the required information set forth in the invoice submission article of this contract is received in the payment office designated in this contract. An invoice will be deemed to have been received on the later of: The date the invoice is actually received in the designated payment office, or the date on which the government accepts the property or service required under this purchase order. Unless a different time period is stated elsewhere in this contract, inspection/acceptance required by this contract will be completed by the government not later than five (5) government working days after the services are rendered or the goods are delivered. The date of the check issued in payment or the date of payment by wire transfer through the Treasury Financial Communications System shall be considered to be the date payment is made. CLAUSES INCORPORATED 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 Acquisition Regulations (HHSAR) can be accessed on the Internet at http://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 52.212-1, Contractors shall provide the following: (1) completed "Temporary Waiver of Character Investigation" and "Declaration for Federal Employment" form (2) verification of liability insurance and (3) 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). In order to be determined acceptable, quotes must include completed "Temporary Waiver of Character Investigation" and "Declaration for Federal Employment" forms. If offeror fails to complete and return the forms, the quote will be rejected as unacceptable. The successful offeror shall be required to complete the following background investigation forms: SF 85, Questionaire for non-sensitive Positions and SF 87, Finger Print Forms. The provisions of 52.212-2, Evaluation - Commercial Items (Jan 1999) applies to this acquisition. The Government intends to a purchase order 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 offers: (1) price; (2) qualifications; (3) past performance; and (4) proof of liability insurance coverage. All factors are equal in importance. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) or indicate certifications in ORCA at http://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: 52.203-6 Restriction on Subcontractor Sales to the Government (Sept 2006), 52.204-3 Taxpayer Identification (Oct 1998), 52.204-6 Data Universal Numbering System (DUNS) Number (Apr 2009), 52.204-7 Central Contractor Registration (April 2008), 52.204-8 Annual Representations and Certifications (Feb 2009), 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007), 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, 52.223-6 Drug-free Workplace (May 2001), 52.224-1 Privacy Act Notification (Apr 984), 52.224-2 Privacy Act (Apr 1984), 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), 352.270-12 Pro-Children Act (Jan 2006), 352.270-13 Tobacco-Free facilities (Jan 2006), 352.270-2 Indian Preference (Apr 1984), 352.270-3 Indian Preference Program (Jan 2006), 352.270-11 Privacy Act (Jan 2006), 352.270-12 Pro-Children Act of 1994 (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: 52.219-6 Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, 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), 52.237-2 Protection of Government Buildings, Equipment and Vegetation (Apr 1984). Quotes are due by 4:30 pm CST, April 30, 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: Cindi Rattler. FAXED QUOTES ARE NOT ACCEPTED. Questions concerning this solicitation may be addressed to Cindi Rattler at 405-951-3989. Contracting Office Address: 701 Market Drive, Suite 242A, Oklahoma City, OK 73114. Place of Performance: Oklahoma City Area of the Indian Health Service United States Primary Point of Contact: Cindi Rattler, Contract Specialist, cindi.rattler@ihs.gov Phone: (405) 951-3989 Fax: (405) 951-3771.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-10-Q-0024/listing.html)
 
Place of Performance
Address: Wewoka Indian Health Center, P.O. Box 1475, Wewoka, Oklahoma, 74884, United States
Zip Code: 74884
 
Record
SN02121575-W 20100416/100414234925-fa4da61e7f7e20f73cfb737c275adb0f (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.