SOLICITATION NOTICE
Q -- Ultrasound Services for Red Lake Service Unit, Red Lake, MN
- Notice Date
- 5/15/2007
- Notice Type
- Solicitation Notice
- 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, SD, 57401, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- RFQ-COM-07-09
- Response Due
- 5/29/2007
- Archive Date
- 6/13/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) & 2305 & 41 U.S.C. 253(g) & 253a & 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), & FAR 37.4, Nonpersonal Health Care Service (10 U.S.C 2304 & 41 U.S.C. 253). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Aberdeen Area Indian Health Service (IHS) intends to award a firm fixed-price commercial item contract in response to Request for Quotation (RFQ) RFQ-COM-07-09. This solicitation is restricted to 100% Small Business concerns. The solicitation documents & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-16. The associated North American Industry Classification System code is 621512 & the small business size standard is $12.5 million. PRICE SCHEDULE: ULTRASOUND SERVICES: The proposed pricing must be all inclusive (to include but not be limited to transportation, food, lodging, per diem, and etc.). The contractor is responsible for all associated costs for the ultrasonographer. CONTRACT LINE ITEM NUMBER (CLIN) ONE: THYROID EXAM - Estimated Quantities: BASE PERIOD: 7 exams x $___ per exam = $___; OPTION ONE: 14 exams x $___ per exam = $___; OPTION TWO: 15 exams x $___ per exam = $___; OPTION THREE: 16 exams x $___ per exam = $___; OPTION FOUR: 17 exams x $___ per exam = $___. CLIN TWO: BREAST EXAM ? Estimated Quantities: BASE PERIOD: 21 exams x $___ per exam = $___; OPTION ONE: 42 exams x $___ per exam = $___; OPTION TWO: 45 exams x $___ per exam = $___; OPTION THREE: 49 exams x $___ per exam = $___; OPTION FOUR: 52 exams x $___ per exam = $___. CLIN THREE: ABDOMEN EXAM ? Estimated Quantities: BASE PERIOD: 50 exams x $___ per exam = $___; OPTION ONE: 99 exams x $___ per exam = $___; OPTION TWO: 107 exams x $___ per exam = $___; OPTION THREE: 116 exams x $___ per exam = $___; OPTION FOUR: 125 exams x $___ per exam = $___. CLIN FOUR: RENAL EXAM ? Estimated Quantities: BASE PERIOD: 35 exams x $___ per exam = $___; OPTION ONE: 70 exams x $___ per exam = $___; OPTION TWO: 76 exams x $___ per exam = $___; OPTION THREE: 82 exams x $___ per exam = $___; OPTION FOUR: 88 exams x $___ per exam = $___. CLIN FIVE: OBSTETRICAL EXAM ? Estimated Quantities: BASE PERIOD: 160 exams x $___ per exam = $___; OPTION ONE: 320 exams x $___ per exam = $___; OPTION TWO: 346 exams x $___ per exam = $___; OPTION THREE: 374 exams x $___ per exam = $___; OPTION FOUR: 404 exams x $___ per exam = $___. CLIN SIX: TRANS-VAGINAL EXAM ? Estimated Quantities: BASE PERIOD: 11 exams x $___ per exam = $___; OPTION ONE: 22 exams x $___ per exam = $___; OPTION TWO: 24 exams x $___ per exam = $___; OPTION THREE: 26 exams x $___ per exam = $___; OPTION FOUR: 28 exams x $___ per exam = $___. CLIN SEVEN: PELVIC EXAM ? Estimated Quantities: BASE PERIOD: 47 exams x $___ per exam = $___; OPTION ONE: 94 exams x $___ per exam = $___; OPTION TWO: 102 exams x $___ per exam = $___; OPTION THREE: 110 exams x $___ per exam = $___; OPTION FOUR: 118 exams x $___ per exam = $___. CLIN EIGHT: GALL BLADDER EXAM ? Estimated Quantities: BASE PERIOD: 33 exams x $___ per exam = $___; OPTION ONE: 65 exams x $___ per exam = $___; OPTION TWO: 70 exams x $___ per exam = $___; OPTION THREE: 76 exams x $___ per exam = $___; OPTION FOUR: 82 exams x $___ per exam = $___. CLIN NINE: EXTREMITIES EXAM ? Estimated Quantities: BASE PERIOD: 4 exams x $___ per exam = $___; OPTION ONE: 8 exams x $___ per exam = $___; OPTION TWO: 9 exams x $___ per exam = $___; OPTION THREE: 10 exams x $___ per exam = $___; OPTION FOUR: 11 exams x $___ per exam = $___. CLIN TEN: OTHER (MISCELLANEOUS) EXAM ? Estimated Quantities: BASE PERIOD: 10 exams x $___ per exam = $___; OPTION ONE: 22 exams x $___ per exam = $___; OPTION TWO: 22 exams x $___ per exam = $___; OPTION THREE: 24 exams x $___ per exam = $___; OPTION FOUR: 26 exams x $___ per exam = $___. PURPOSE OF THE CONTRACT: The purpose of this contract is for the provision of mobile medical ultrasound services for the Indian Health Service (IHS). The Red Lake Service Unit requires contractor support from entities to perform medical ultrasound examinations within the Red Lake Hospital, hereinafter referred to as Hospital, on a part time basis. The contractor shall furnish the necessary equipment, qualified personnel, and film if film become necessary, to provide quality ultrasound services to the Hospital in compliance with JCAHO accreditation standards. IHS requires contractor services to continue without interruption during the resultant contract. This is a non-personal services contract. GOVERNMENT FURNISHED EQUIPMENT, FACILITIES, & PROPERTY: 1. The Hospital shall provide the space for the contractor to conduct these ultrasound services. Services shall be provided in the X-ray Department of the Hospital, in the examination/procedure rooms used for General Radiography. This environment complies with JCAHO life safety standards. 2. The Hospital shall provide the developing equipment for films taken, including the chemicals necessary for the film to develop. 3. The Hospital shall provide the required clerical/reception services required to make appointments, to maximize efficiency, and to ensure a smooth flow of patients. This includes the distribution of prep information to patients and mailing reminders within three to four days of the scheduled examination. 4. The Hospital shall handle all third party billing. No other charges shall be made to the patient or the patients' third party coverage. 5. The Hospital shall provide all equipment for electronic transmission and storage of ultrasound examinations done at this Hospital. CONTRACTOR RESPONSIBILITIES: 1. The contractor shall provide the equipment needed to perform these ultrasound examinations, along with film if the teleradiology/pacs system is unavailable. 2. The contractor shall pay for the cost of transporting the equipment, contractor staff and supplies to and from the Hospital. 3. The contractor shall supply ARRT/ARDSMs licensed, registered and certified Ultrasonographer who will provide these imaging services within the X-ray Department of the Hospital. 4. The Ultrasonographer shall perform the following examinations, to include, but not be limited to thyroid, breast, abdominal, renal, obstetrical, trans-vaginal, pelvic, gall bladder, and extremities. 5. The Hospital shall provide a "chaperone" in the case of trans-vaginal examinations and breast examinations. 6. The Ultrasonographer shall provide quality assurance monitors for images taken, but not including the automatic x-ray film processor, and will maintain a separate log for the contractors' billing purposes. 7. The contractor shall provide ultrasound services in such a way as to comply with JCAHO standards. 8. The contractor shall provide ultrasound equipment that is compatible with this Hospitals teleradiology/pacs system and is fully dicom compliant. 9. The contractor shall provide services on a fee-for-service basis, using a fee schedule that has been agreed to by the IHS. 10. The contract shall possess liability insurance for acts of liability performed by their Ultrasonographers and/or their equipment. 11. The contractor shall have a history of providing these medical ultrasound services competently and safely to other customers. 12. The contractor shall provide services for 100% of scheduled ultrasound clinics. 13. 100% of the ultrasound studies shall be of diagnostic quality as determined by the Hospital Radiologist(s). 14. The Technologist(s) shall adhere to all IHS Rules and Regulations. WORK/PAY SCHEDULE: Two afternoons per week as decided by the project officer and the contractor. REPORTING REQUIREMENTS: Monthly invoices submitted as stated below. PROFESSIONAL QUALIFICATIONS CRITERIA: All Contractor supplied personnel must be certified by the American Registry of Radiologic Technologists (ARRT)/American Registry of Diagnostic Medical Sonographers (ARDMS) licensed, registered, and certified. CHILD CARE NATIONAL AGENCY CHECK WITH WRITTEN INQUIRES & INVESTIGATION (CNACI): A CNACI must be completed for IHS contractor personnel in contact with Indian children within the Aberdeen Area. Public Law (PL) 101-630, Indian Child Protection & Family Violence Prevention Act & PL 101-647, Crime Control Act of 1990, require the IHS to conduct a character & criminal history background investigation on all contractors performing services in IHS facilities. The investigation will be initiated by the Hospital. Until the character investigation has been completed and the Contracting Officer notified of the results, the contractor must not have unsupervised contact with Indian children in the government operated facility. The contractor?s radiology technologists performing services in accordance with this contract will have regular contact with Indian Children and will be subjected to compliance with P.L. 101-630. The Contracting Officer has the authority to provisional of character investigation of a contractor. The Agreement to a Temporary Provisional of Character Investigation and Addendum to Declaration of Federal Employment authorizes an agency to hire a contractor prior to the completion of a background check provided that at all times the contractor is within the sight and is being monitored by a government employee who has successfully completed the National Agency Check with Written Inquiries (NACI). SPECIFICATIONS & STANDARDS: The resulting contract shall be: 1. Be a non-personal service, which the contractor is independent, not considered an employee, & direct supervision is by the Radiology Supervisor. 2. Allow the IHS to evaluate the quality of professional & administrative services provided, but retain no control over the medical, professional aspects of the services rendered. 3. Require the contractor to indemnify the Government for any liability producing act or omission by the Contractor during contract performance. 4. In accordance with FAR 52.237-7, require the contractor to maintain medical liability insurance for the contractor personnel, in the coverage amount acceptable to the Contracting Officer, which is not less than the amount normally prevailing within the local community for the medical specialty concerned. Contractor shall notify the Contracting Officer of any change in insurance relating to this contract during the contract life. The notification shall provide evidence that they meet all the requirements of this clause. 5. Any subcontracts relating to this contract shall contain the requirements of FAR 52.237-7 clause. 6. The services provided by the contractor shall include but not be limited to mobile medical ultrasound services. QUALIFICATIONS/CREDENTIALING: The contractor shall have a current ARRT/ARDMS certification. All required certifications/licensures in this statement of work (SOW) must remain current during the life of the contract. The contractor shall not have any work or health restrictions which interfere with the performance of ultrasound services. The contractor shall maintain standards of personal hygiene & grooming compatible with the expectations of the Hospital clinical staff & the Indian community. PERIOD OF PERFORMANCE: Date of Award through December 31, 2007, with four 12-month options. COMPUTER SECURITY: All Federal agencies are required by the Federal Information Security Management Act of 2002 to complete a course in Computer Security Awareness Training. Within HHS, there is a requirement for this training to be completed annually by all employees including all contractors, volunteers, students, summer externs, etc. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where Federal funded children?s services are provided. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The project officer shall be responsible for: (1) Monitoring the Contractors technical progress, including surveillance & assessment of performance & recommending technical changes: (2) Interpreting the PWS; (3) Technical evaluation as required; (4) Technical inspections & acceptance; & (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION & PAYMENT: The Contractor shall submit its invoice to the Project Officer at the Hospital & then to Contracting Officer, Aberdeen Area Indian Health Service, 115 4th Ave SE, Room 309 Federal Building, Aberdeen, South Dakota 57401. The Contractor agrees to include the following information on each invoice: (1) Contractors named, address; (2) Contract Number; (3) Invoice number & date; (4) Cost or price; (5) Dates of Service including number of hours worked; & (6) Remit to address. Payment shall be made by the Aberdeen Area Financial Management Branch, 115 4th Ave SE, Room 309 Federal Building, Aberdeen, South Dakota 57401. SPECIAL CONTRACT REQUIREMENTS: Contractors cannot serve as expert witnesses in any suit against the Federal Government. Many of the IHS patients receiving services may only speak a native language and/or reside on a Native American Reservation, therefore, the Contractor must demonstrate sensitivity to cross-cultural & language differences. The Privacy Act of 1974 mandates that the Contractor maintain complete confidentiality of all administrative, medical & personnel records, & all other pertinent information that comes to his/her attention or knowledge. The Privacy Act carries both civil & criminal penalties for unlawful disclosure of records. Violation of such confidentiality shall be cause for adverse action. The IHS shall provide training on the Freedom of Information Act & the Privacy Act. All IHS regulations & policies applicable to these Acts shall be enforced. The Contractor shall comply with IHS facility infection control & safety procedures, practices, & standards PROVISIONS & CLAUSES: The following provisions & clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; & 52.212-3 Offeror Representations & Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to the acquisition & is provided in full test. 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 & other factors considered. Technical Proposal - The following factors shall be used to evaluate offers: (1) Methodology & Approach = 25 POINTS: (i) Offeror must submit an explanation of the proposed technical approach in conjunction with the tasks outlines in the SOW. The technical proposal shall provide a statement of the problem, scope & purpose of the project in the offeror?s own words to demonstrate a complete understanding of the intent and the SOW requirements in the RFQ. (ii) The detailed work plan must be submitted indicating how each aspect of the SOW is to be accomplished. The technical approach should be in as much detail as necessary to fully explain the proposed technical approach. The technical approach should reflect a clear understanding of the nature of the work being undertaken. (2) Management = 25 POINTS: The technical proposal must include the following information in sufficient detail to allow a complete analysis of the offeror?s management capabilities and responsibility. (i) Financial capability to perform the SOW. (ii) Capability to provide services within the time limits required. (iii) Possession of the necessary organization, experience, and technical skill to perform the work. (3) Experience with Indian Programs = 25 POINTS: The technical proposal must include a list of all prior contracts and/or work performed for the IHS. (4) Past Performance = 25 POINTS: The technical proposal must include a list of similar contracts, government and/or commercial awarded to the offeror. The similar contracts must contain the same type of radiology service requirements outlined in the SOW. The offeror must demonstrate its record of successful performance in past contracts by including the following information for each contract. (i) The offeror must identify one contract which is considered to be most successful and the reasons for the success. (ii) The offeror will identify other similar contracts and indicate the record of performance. (iii) In the event the offeror did not have contracts which met the SOW the offeror will provide up to five other contracts deemed similar. (iv) For each of the above contracts, the offeror will provide the name, address and telephone number of the contracting organization, a point of contact, the dollar value and the dates of the contract. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR & Health & Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-7, 52.204-9, 52.212-4, 52.212-5 with Alternate I, 52.215-5, 52.217-8, 52.21709, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-18, 52.233-4, 52.237-2, 52.237-3, 52.239-1, 52.242-15, 52.242-17, 52.243-1, 52.245-1, 52.245-1, 52.249-2, 52.249-8, 352-202-1, 352-215-1, 352.215-70, 352.223-70, 352.232-9, 352-270-2, 352.270-3, 352.270-4, 352.270-6, & 352.270-7. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.204-6 with Alternate I, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, & 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR & HHSAR provisions & clauses. The provisions & clauses may also be accessed electronically at http://acquisition.gov/far/index.html & http://www.hhs.gov/oamp/dap/hhsar.html. CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST REGISTER WITH THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE VIA THE INTERNET AT HTTP://WWW.CCR.GOV OR BY CALLING (888) 227-2423. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with its offer. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Aberdeen Area Indian Health Service, 115 4th Ave SE, Room 309, Federal Building, Aberdeen, South Dakota 57401, no later than 2:00 p.m. on May 29, 2007. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, & your name & address. Offers will also be accepted by fax at (605) 226-7669. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms & conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt by the Government.
- Place of Performance
- Address: Red Lake Service Unit, Hwy. 1, Red Lake, MN
- Zip Code: 56671
- Country: UNITED STATES
- Zip Code: 56671
- Record
- SN01294733-W 20070517/070515220400 (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 |