Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2016 FBO #5490
SOLICITATION NOTICE

Q -- Mobile Ultrasound Services for Wagner IHS - Package #1

Notice Date
12/2/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
 
ZIP Code
57401
 
Solicitation Number
RFQ-17-013
 
Archive Date
1/31/2017
 
Point of Contact
Susan K. Davis, Phone: 6052267572
 
E-Mail Address
susan.davis2@ihs.gov
(susan.davis2@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachments for RFQ Pkg 17-013 Clauses for Wagner Mobile U/S RFQ 17-013 Contractor Responsibilities Service Contract Act Contractor Forms Wage Determination IHS Business Agreement Wagner Mobile U/S - SF 18 Statement of Work for Mobile U/S FBO Combined Synposis Notice for Wagner Mobile U/S Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR (Federal Acquisition Regulations) 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 Request for Quote-16-099 the solicitation document incorporated provisions and clauses are those in effect through FAC (Federal Acquisition Circular) 2005-88. This is an Open-Market solicitation. NAICS code is 621512 - Diagnostic Imaging Centers, Small Business Size Standard is $13.5 Million. The unit pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state, and local taxes) plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates. Contract Line Items: 1. Abdominal Complete Estimated 30 x ___________ to equal = $____________ 2. Gall Bladder Estimated 15 x _____________ to equal = $______________ 3. Hepatic Estimated 15 x _____________ to equal = $______________ 4. Abdominal Partial Estimated 10 x _____________ to equal = $______________ 5. Renal Estimated 15 x _____________ to equal = $______________ 6. Bladder Only Estimated 8 x _____________ to equal = $______________ 7. Testicular Estimated 3 x _____________ to equal = $______________ 8. Thyroid Estimated 17 x _____________ to equal = $_____________ 9. Pancreas Estimated 10 x _____________ to equal = $______________ 10. Retroperitoneal Estimated 30 x _____________ to equal = $_____________ 11. Abdominal Aorta Estimated 8 x _____________ to equal = $______________ 12. Carotid Estimated 20 x _____________ to equal = $______________ 13. Venous Doppler - Lower Extremity Estimated 08 x _____________ to equal = $______________ Total $___________________ The Great Plains Area Office is soliciting proposals for a Firm Fixed-Price, Non-Personal Services contract for a Certified Ultrasound Technician to provide Mobile On-Site Diagnostic Ultrasounds, Carotid Doppler, Venous Studies and other various types of exams for the Patients at the Wagner Healthcare Center in Wagner, South Dakota 57380. All services to be provided according to the attached Statement of Work and Best Industry Standards. Contractor shall provide the necessary certified personnel, supplies, materials and equipment to provide this service for one day a month without interruption for the life of this contract. Period of Performance shall be from Date of Award to August 31, 2107. Certified Ultrasound Technician Requirements Include: (List is not all-inclusive.) 1. Ultrasound Technician to hold a Current, Valid, Unrestricted State Ultrasound Technologist License and will keep said license current throughout the life of this contract. 2. Able to perform Diagnostic, Carotid Doppler and Venous Studies and all other standard exams 3. Contractor shall furnish necessary personnel, supplies, materials and equipment to provide this service. 4. Contract Ultrasound Technologist shall possess the skill, knowledge and sufficient initiative, interpersonal relationship skills and social sensitivity will full consideration of the mental, emotional, physical and cultural factors, such that he/she can relate constructively to patients from Native American Communities. 5. Contractor to ensure that services provided meet the rules and regulations outline by JCAHO, HCFA, American College of Radiology Standards and also the American Registry of Radiologic Technicians Standards. 6. Contractor shall respect and maintain the basic rights of patients, to include but not limited to: Personal Dignity. 7. Contractor shall provide and maintain all ultrasound equipment including CD-RWs and/or film as required. 8. Contractor shall meet, document and keep logs of all Quality Control and Calibration requirements for a period of three (3) years. 9. The Contractor shall work in conjunction with Interpreting Physicians and the Radiology Department and shall follow Facility Procedures for Corrective Action when images obtained are of poor quality. 10. The Contractor shall generate and maintain proper medical information on beneficiaries to who exams are provided in accordance with IHS regulations. Contractor shall prepare all medical records documentation to meet or exceed the established standards of the IHS/Wagner Health Facility to include but not be limited to: Timeliness, Legibility, Accuracy, Content and Signature. All medical record information generated in the performance of this purchase order shall remain the property of and be subject to, the exclusive control of the Indian Health Service. 11. Contractor's quality of work subject to review by chart audits and site visits by the COR and also subject to review by the Medical Staff of the Wagner Healthcare Facility. 12. Contractor shall not have any health or work restrictions which interfere with the performance of mobile diagnostic ultrasound services. 13. Contractor shall comply with all IHS facility infection control and safety procedures, practices, and standards. 14. Contractor shall coordinate a monthly schedule with the Clinical Director at the Wagner IHS Healthcare Facility. 15. Contractor shall notify the Clinical Director or their designee, as soon as possible, if they are unable to keep the schedule and perform the requested exams or studies. 16. Contractor shall provide Ultrasound equipment and transducers that are calibrated on a minimum annual schedule and a means of capturing images for interpretation such as CD-RW's or film. The period of performance will be from January 1, 2017 through December 31, 2017. INSTRUCTION TO OFFERORS: Proposal must contain the following documents in order to be considered responsive and eligible for an award: 1. If applicable, Licensure Requirement form with a copy of the license. 2. For each potential candidate, a completed and signed Agreement to a Temporary Waiver of Character Investigation form. 3. For each potential candidate, a completed and signed Optional Form 306 Declaration for Federal Employment. 4. For each potential candidate, a completed and signed Optional Form 306 Addendum to Declaration for Federal Employment. 5. Copy of Malpractice Insurance Coverage 6. Active, current, and unrestricted state license. 7. Copy of a current physical examination (within the past 2 years) with current immunizations for MMR and DT. 8. Current CV/Resume. Complete the attached FAR and HHSAR (Health and Human Services Acquisition Regulations) provisions and clauses applicable to this acquisition, including: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2015). This must be submitted by the Offeror. See attachment for full text. See Section L for Past Performance Questionnaire Form. At least 3 and no more than 5 questionnaire forms shall be completed for evaluation purposes. FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014). 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. Award shall be made to the Lowest Price, Technically Acceptable offer. The following factors shall be used to evaluate offers: A) Past Performance Information B) Statement that the contractor is capable of performing in accordance with the attached Statement of Work and Best Industry Standards and Requirements set forth in this notice. Award will be made on an "all-or-none" basis to the lowest responsive and responsible offeror. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Apr 2016). This must be completed by the Offeror. See attachment for full text. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (q) of this provision. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (May 2015) (Incorporated by Reference; and FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2016). The full text of a clause may be accessed electronically at: https://www.acquisition.gov/?q=browsefar Proposals are due on December 8, 2016 @3:00pm CST. Submit proposals to: Great Plains Area Indian Health Service Attn: Susan K. Davis, Purchasing Agent Federal Building, Room 309 115 4th Avenue Southeast Aberdeen, South Dakota 57401-4381 Telephone: 605/226-7572 Facsimile: 605/226-7669 E-mail: susan.davis2@ihs.gov Note to the Proposed Contractor: The standards of medical practice and duties of the Contractor through its Physician(s) shall be determined pursuant to the bylaws of the Service Unit. The regulations of the hospital, applicable provisions of law, other rules and regulations of any and all governmental authorities relating to licensure and regulation of physicians and hospitals must be followed. Also the standards and recommendations of Centers for Medicare and Medicaid Services (CMS) or the Accreditation Organization must be adhered to. The Contract Physician(s) shall be required to participate in a quality improvement program, which is consistent with current requirements for ongoing monitoring and evaluation of the quality and appropriateness of care. Security Clearance Performance of this contract will require routine access by employees of the Contractor or its subcontractors to facilities or systems controlled by the IHS (Indian Health Service). Before starting work requiring routine access to IHS facilities or systems each person must complete an FBI National Criminal History Check (Fingerprint Check) adjudicated by an IHS employee using the Office of Personnel Management Personnel Investigations Processing System. Contractors shall allow five business days for IHS processing of fingerprints taken electronically at an IHS site and thirty business days for non-electronic processing of fingerprints using FBI Form FD-258. A list of IHS sites with electronic fingerprint capability is available from the Contracting Officer. The IHS utilizes the eQIP (Electronic Questionnaire Investigations Processing) system to process background investigations. Contractors are required to work with the Service Unit Background Coordinator or other designee to properly complete their eQIP entry without error. Proper submission of the eQIP entry to the OPM (Office of Personnel Management) is required prior to the individual being allowed to begin their performance under this contract. Computers have been provided to the Service Unit for this purpose. OIG Exclusion List No contract award shall be made to a vendor or provider listed on the OIG Exclusion List (http://exclusions.oig.hhs.gov) throughout the duration of the contract. Should a candidate be found with a non-favorable security clearance it shall be the contractor's responsibility to replace the candidate working under the contract/purchase order with a suitable candidate. It shall be the responsibility of the contractor to notify the Acquisition Office is there is a change in provider. In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the LEIE (HHS Office of Inspector General List of Excluded Individuals/Entities), http://exclusions.oig.hhs.gov. As soon as practicable prior to the performance of the work, the Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting Officer the names of any additional or substitute employees for screening before they begin work. The Contractor is responsible for conducting security preclearance investigations in sufficient depth to ensure that each Contractor or subcontractor employee referred to IHS is not on the LEIE and can obtain a favorable fingerprint clearance. Each security preclearance shall be conducted sufficiently in advance of the start of performance to avoid delays caused by denial of access. If this is a Time and Materials, Labor-Hour, or Cost-Reimbursement contract, the contractor shall not charge for or be reimbursed for labor hours or other costs incurred for employees who are unable to perform due to denial or access or the excess time required to resolve and clear unfavorable security clearance findings. If this is a Fixed-Price contract, denial of access due to security clearance findings shall not be a basis for excusable delay or an increase to the contract amount. The Government will pay for the cost to process the contractor's suitability clearances. However, multiple investigations for the same position may, at the Contracting Officer's discretion, lead to a reduction(s) in the contract price of no more than the cost of the investigation(s). EMPLOYEE HEALTH REQUIREMENTS Contract Providers shall provide health information, proof of immunizations as recommended by the CDC (Centers for Disease Control) concerning health-care workers in the United States. Health information must include previous immunization history and proof of the following immunization records: Hepatitis B (Vaccination-declination required), Measles, Mumps, Rubella (MMR), Varicella, Influenza, and Tuberculosis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-17-013/listing.html)
 
Place of Performance
Address: Yankton/Wagner Service Unit, 111Washington Avenue, North West, Wagner, South Dakota, 57380, United States
Zip Code: 57380
 
Record
SN04341681-W 20161204/161202234120-e49d896455048aafb496acc539aa8de1 (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.