Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 02, 2019 FBO #6551
SOLICITATION NOTICE

Q -- Computed Axial Tomography Radiology Services - Solicitation Attachments

Notice Date
10/31/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
622110 — General Medical and Surgical Hospitals
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
75N95020R00004
 
Archive Date
11/29/2019
 
Point of Contact
Jon J Gottschalk, Phone: 3014439456
 
E-Mail Address
jon.gottschalk@nih.gov
(jon.gottschalk@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR 52.204-25 FAR 52.204-24 FAR 52.212-5 FAR 52.212-4 Statement of Work Computed Axial Tomography Radiology Services Notice of Intent to Sole Source 75N95020R00004 INTRODUCTION PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT TO ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Contracts Management Branch Blue on behalf of the National Institute on Aging (NIA) intends to negotiate and award a contract without providing for full and open competition (including brand-name) to MedStar Harbor Hospital for computed axial tomography radiology services. 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 to the sole source contractor; a proposal is being requested and a written solicitation will not be issued. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 622110 with size standard of $41.5 Million. REGULATORY & STATUTORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal Acquisition Regulation (FAR) in effect through the Federal Acquisition Circular (FAC) 2019-06 dated October 10, 2019. This acquisition is conducted as non-competitive under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 6.302-1. DESCRIPTION OF REQUIREMENT Background The National Institute on Aging (NIA) Intramural Research Program (IRP) Clinical Research Core (CRC) seeks to elucidate normative values and separate normal aging findings from disease states in aging in an effort to prolong disease-free states with age. The CRC serves as an infrastructure to facilitate the creation and development of therapeutic targets for the treatment of age-related disease across the NIA IRP. The CRC performs research in various protocol studies that have direct clinical applications to human aging and disease states. NIA recruits voluntary participants to take part in the various research protocol studies performed by the CRC staff. Many of these studies require computed axial tomography (CAT) radiology testing for which the NIA requires on-site support services. Purpose and Objectives The purpose of this acquisition is to procure computed axial tomography (CAT) radiology services for National Institute on Aging (NIA) human clinical research participants on an indefinite-delivery indefinite-quantity basis. Project Description The Contractor shall provide computed axial tomography (CAT) radiology services to the National Institute on Aging (NIA) Clinical Research Core (CRC) as follows: •Provide facilities and equipment for head and total body computer axial tomography (CAT) scan radiology testing at MedStar Harbor Hospital, 3001 S. Hanover Street, Ground Floor, Room GNM32, Baltimore, MD 21225 where the NIA CRC operates. •Perform CAT scan radiology tests on NIA volunteer research participants as needed under credentialed NIA IRP physician or nurse practitioner orders. oTests shall include CAT Scan Services (CPT Codes 76497 BC-BLSA CT PROTOCOLS and 77078 BC-CT BONE DENSITY AXIAL SKEL), and other head and total body CAT scan tests as required based on Institutional Review Board (IRB) approved research protocols. oA minimum of 12 and a maximum of 16 scans shall be required per week, or a minimum of 624 scans and a maximum of 832 scans per year. •Tests shall be performed as scheduled. Tests shall be scheduled based on faxed requests provided to the Contractor by the Government. The Contractor must accept fax communication. •Upon completion of radiology tests the images will be electronically sent to NIA in DICOM format. •Store and Maintain CAT scan radiology testing data in DICOM format for 48 hours after the scan of the research participant. Retrieve this information for the Government within this timeframe as requested by the Contracting Officer's Representative. Destroy testing data after the 48 hours have elapsed unless otherwise indicated by the Government. •Contractor must be a "covered entity" under the Health and Portability and Accountability Act of 1996 (HIPPA) and agree to comply with the requirements thereof pertaining to patient privacy. •All radiology services must be provided between the hours of 7:00 AM and 5:00 PM local time Monday through Friday by American Board of Medical Specialties Certified, or equivalent, radiologists with the following qualifications: oSuccessful completion of a residency program in radiology which was accredited by the Accreditation Council for Graduate Medical Education. The contractor shall provide certificates of such completion for all radiologists supporting this requirement upon request. oA valid and unrestricted radiology medical license issued by a state, territory, or commonwealth of the United States of America. The licenses must be valid for the entirety of the requirement period(s) of performance and must be available upon request. oBasic Cardiac Life Support Certification and Advanced Cardiac Life Support Certification. Certification documents must be available upon request. Ordering and Receiving Requirements The maximum quantity that the government may order over the life of the IDIQ contract is detailed in the table below. The minimum quantity which may be ordered for the life of the contract is detailed in the same table. IDIQ Contract First-Year Requirements ServiceUnit Minimum QuantityMaximum Quantity Radiology ServicesOne CAT Scan 624 832 IDIQ Contract Overall 5-Year Requirements ServiceUnit Minimum QuantityMaximum Quantity Radiology ServicesOne CAT Scan 624 4160 Orders issued under this contract may be placed in writing or via electronic mail (e-mail) by the Contracting Officer's Representative (COR). The COR shall be identified at time of award. The Contractor representative(s) authorized to receive and accept orders shall also be identified at time of award. All orders delivered under this contract must be verified by the authorized COR. The authorized COR shall formally document all work performed by the Contractor and the Contractor shall assist in this process. The COR will inspect ordered support for completion within 72 hours, as gauged by results data uploaded into the online database, as well as for appropriate re-test and delivery of samples which did not meet quality assurance requirements, prior to invoice approval. Invoices for services shall be compared with participant radiology scanning schedules and deliverables received. Please note that the Government shall not be obligated to purchase services beyond the minimum quantity included on any resulting contract award. All services ordered shall be purchased via delivery order against the parent indefinite-delivery/indefinite-quantity contract. The parent contract shall obligate no funding; only delivery orders shall obligate funding. Delivery and Reporting Requirements The Contractor shall provide the following reports and deliverables in relation to this requirement: 1.A report is defined as a final copy of the CAT scan performed. 2.The contractor shall provide the DICOM format file images of research participant radiology results to participants immediately following radiology appointments. 3.All completed and/or partial test results shall also be reported directly s to the NIA system within 4 hours of each scan. The results images shall be digitally sent to the Government via a secure network connection between the Contractor and the NIA. Each test report shall include all information as required by Regulatory Agency Requirements. The Contractor shall provide test results via the following method: •Inter-connectivity between Contractor computer system and Government computer system, i.e. results are transmitted from the Contractor computer directly into the Government computer system without human intervention (i.e. DICOM Transfer). •Ensure electronic transmission and technical details of security settings provided by NIA If requested, the contractor shall also provide Encrypted Media (CD, Hard drive) copies of scan images to the NIA. Government Responsibilities No Government furnished property shall be provided. Data, will be provided to the Contractor for performance of work efforts. All data provided to the Contractor must be treated as confidential and potentially personally identifiable and must be handled securely in accordance with the Health and Portability and Accountability Act of 1996 (HIPPA). Place of Performance The place of performance is the Medstar Harbor Hospital located at 3001 S. Hanover St., Baltimore MD 21225. Period of Performance The required period of performance is January 1, 2020 through December 31, 2024. Travel No Contractor travel is authorized or required. Confidentiality of Information and Protection of Personally Identifiable Information The Contractor must be fully compliant with the Health and Portability and Accountability Act of 1996 (HIPPA). Additionally, the Contractor must protect confidential information associated with this requirement. Confidential Information means information or data of a personal nature about an individual, or proprietary information or data submitted by or pertaining to an institution or organization. The Contractor will have access to confidential and personally identifiable information regarding clinical research participants in the process of performing this requirement. Confidential Information or records must not be disclosed by the Contractor without written authorization from the Contracting Officer. Whenever the Contractor is uncertain with regard to the confidentiality of or a property interest in information under this contract, the Contractor must consult with the Contracting Officer prior to any release, disclosure, dissemination, or publication. Information Systems Security: The Contractor must ensure that any and all contractor systems which hold or may hold personally identifiable or confidential information are secure. Please see the attached Information Systems Security Addendum for specific requirements. Non Personal Service Statement Contract employee performing services will be controlled, directed and supervised at all times by management personnel of the contractor. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulations (FAR). Contract Type A fixed price indefinite-delivery indefinite-quantity contract is contemplated. RESPONSE INSTRUCTIONS This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. Offerors must provide both 1) a technical response and 2) a separate price quotation. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; and maintenance availability. PLEASE ENSURE THAT EVALUATION CRITERIA BELOW ARE ADDRESSED IN ANY RESPONSE(S) SUBMITTED. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this requirement on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price and all technical evaluation factors are detailed below. Factor 1: Technical Approach The Contractor's proposal shall address each area of the statement of work's indefinite delivery indefinite quantity requirements in sufficient detail to demonstrate a clear understanding of the statement of work. The proposed technical approach shall include information regarding ability to provide services at the MedStar Harbor Hospital Baltimore location, confirmation of HIPPA "covered entity" status, and ability to provide DICOM format CDs of radiology results. The technical approach shall also detail ability to perform the specified CAT Scan Services and quantity of scans identified in the statement of work within the time frames noted. Factor 2: Past Performance The Contractor shall provide at least two (2) past performance references with knowledge of the contractor's relevant skills and experience related to the requirements outlined in this Statement of Work. References shall include the following information: a)Name of Organization b)Description of Contractor's Responsibilities c)Contact Name, Title, and Telephone Number Past Performance shall be evaluated for relevance to the current requirement in subject area. EVALUATION METHOD Technical proposals will be evaluated using a summary adjectival rating in accordance with the following scale: Excellent The proposal has exceptional merit and reflects an excellent approach which will clearly result in the superior attainment of all requirements and objectives. This clearly achievable approach includes several advantageous characteristics of substance, and very few disadvantages, which can be expected to result in outstanding performance. The risk of unsuccessful performance is very low as the proposal provides solutions which are unquestionably feasible and practical. These solutions are further considered very low risk in that they are exceptionally clear and precise, fully supported, and demonstrate a clear understanding of the requirements. Risk Level: Very Low Good The proposal demonstrates a sound approach which is expected to meet all requirements and objectives. This sound approach includes advantageous characteristics of substance, and few relatively minor disadvantages, which collectively can be expected to result in satisfactory performance. The risk of unsuccessful performance is low as the proposal contains solutions which are considered feasible and practical. These solutions are further considered to reflect low risk in that they are clear and precise, supported, and demonstrate an understanding of the requirements. Risk Level: Low Acceptable The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes both advantageous and disadvantageous characteristics of substance, where the advantages are not outweighed by the disadvantages. Collectively, the advantages and disadvantages are likely to result in acceptable performance. The risk of unsuccessful performance is moderate, as the proposal solutions are generally feasible and practical. These solutions may also be considered to reflect moderate risk in that they may be somewhat clear and precise, partially supported, and/or demonstrate a general understanding of the requirements. Risk Level: Neutral Marginal The proposal demonstrates an approach which may not be capable of meeting all requirements and objectives. The approach has disadvantages of substance and advantages, which if they exist, are outweighed by the disadvantages. Collectively, the advantages and disadvantages present a low or questionable likelihood of resulting in satisfactory performance. The risk of unsuccessful performance is high as the proposal contains solutions which may not be feasible and practical. These solutions may also be considered to reflect high risk in that they lack clarity and precision, are generally unsupported, and/or do not demonstrate a complete understanding of the requirements. Risk Level: High Unacceptable The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has several disadvantages of substance, and advantages which, if they exist, are outweighed by disadvantages. Collectively, the advantages and disadvantages are unlikely to result in satisfactory performance. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions may also be considered to reflect very high risk in that they lack any clarity or precision. Risk Level: Very High APPLICABLE TERMS AND CONDITIONS INCORPORATED BY REFERENCE 1.All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2.The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (January 2017), applies to this acquisition. 3.A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (January 2017), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4.A completed copy of the provision at FAR clause 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019), is required with any offer submitted. 5.FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (January 2017) is applicable to this acquisition. 6.FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (January 2017) apply to this acquisition. The following clauses shall be checked/included in this clause: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). 52.219-8, Utilization of Small Business Concerns (Oct 2014) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sept 2016) 52.222-35, Equal Opportunity for Veterans (Oct 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (FEB 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.222-54, Employment Eligibility Verification (OCT 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 7.FAR Clause 52.216-18: Ordering (Oct 1995) applies to this acquisition as follows: (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 January 1, 2020 through December 31, 2024. (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. 8.FAR 52.216-19: Order Limitations (Oct 1995) applies to this acquisition as follows: (a) Minimum order. Following the initial minimum order, when the government requires supplies or services covered by this contract in a quantity of less than 100 scans 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 in a single shipment - (1) Any order for a single item in excess of 100 scans; or (2) A series of orders from the same ordering office within seven (7) days that together call for quantities exceeding the limitation in paragraph (b)(1) 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 two (2) 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. 9.FAR Clause 52.216-22 Indefinite Quantity (October 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 contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent 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 December 31, 2024. 10.FAR clause 52.217-8 Option to Extend Services (November 1999) applies to this acquisition. 11.FAR Clause 52.216-5 Price Redetermination - Prospective (October 1997) applies to this acquisition. 12.The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. CLOSING STATEMENT All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by the closing date of this announcement must reference solicitation number 75N95020R00004. Responses shall be submitted electronically to jon.gottschalk@nih.gov. Fax responses will not be accepted. For information regarding this solicitation, contact Jon Gottschalk by email at jon.gottschalk@nih.gov or by phone at (301) 443-9456.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/75N95020R00004/listing.html)
 
Place of Performance
Address: 3001 S. Hanover St, Baltimore, Maryland, 21225, United States
Zip Code: 21225
 
Record
SN05486755-W 20191102/191031230514-a4a10aea756ff89c182ed6784a9d4c16 (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.