SOLICITATION NOTICE
Q -- Screening mammogram service for Sisseton Service Unit
- Notice Date
- 9/18/2007
- 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
- 57401
- Solicitation Number
- RFQ-COM-08-04
- Response Due
- 10/10/2007
- Archive Date
- 10/25/2007
- Point of Contact
- Tammy Dennert, Contract Specialist, Phone 605.226.7567, Fax 605.226.7669,
- E-Mail Address
-
tammy.dennert@ihsabr.ihs.gov
- 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-08-04. This solicitation is issued on an unrestricted basis. The solicitation documents & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-19. The associated North American Industry Classification System code is 621512 & the small business size standard is $12.5 million. PRICE SCHEDULE: DIAGNOSTIC IMAGING 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 radiology interpretation services. CONTRACT LINE ITEM NUMBER (CLIN) ONE: MOBILE SCREENING MAMMOGRAMS - Estimated Quantities: BASE PERIOD: 350 exams x $___ per exam = $___; OPTION YEAR 1: 350 exams x $___ per exam = $___; OPTION YEAR 2: 350 exams x $___ per exam = $___; OPTION YEAR 3: 350 exams x $___ per exam = $___; OPTION YEAR 4: 350 exams x $___ per exam = $___; GRAND TOTAL: $ _____________ PURPOSE OF THE CONTRACT: The purpose of this contract is for the provision of screening mammogram services for the IHS. The Aberdeen Area IHS requires contractor support from board certified radiologists available to provide services in the IHS Sisseton Service Unit, hereafter referred to as IHS Health Center. The contractor shall furnish the necessary personnel, supplies, materials, and equipment to provide high quality radiology services to the IHS Health Center to be in compliance with the resultant contract 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: Meet all applicable conditions set forth in the MQSA regulations with respect to all services furnished to mammography patients. Will assist the Contractor in obtaining the patient?s most recent screening mammography records. Indian Health Service will bill for the examinations performed, including interpretation. 1. CONTRACTOR RESPONSIBILITIES: Services that will be provided will include assurance that all mammography services performed meet the rules and regulations outlined in 21 CFR Parts 16 and 900, Quality Mammography Standards of the Federal Government, otherwise known as the MQSA or Mammography Quality Standards Act. The Contractor will document compliance with personnel, personnel orientation, obtaining and preserving records, equipment, safety and quality assurance standards according to The Joint Commission, American College of Radiology (ACR) and the Food & Drug Administration (FDA). The Contractor shall provide a copy of ACR/FDA certificate. 1. Maintenance of the processor and darkroom will meet Food and Drug Administration (FDA) regulations as outlined in 21 CFR Part 900.12. 2. Proper safety precautions will be maintained. This includes adequate shielding for patients, personnel and facilities. Infection control guidelines will be practiced. 3. The consulting radiologist must assure that all interpreting physicians meet the qualifications as outlined in 21 CFR Part 900.12. 4. The lead radiologist shall have the general responsibility of ensuring that the quality assurance program of the facility meets all the requirements set forth in the regulations. 5. All interpreting physicians, working in conjunction with the lead radiologist, will follow the facility procedures for corrective action when the images they are asked to interpret are suboptimal in quality, and will participate in the facility?s medical outcomes audit program. 6. The contractor will provide a written diagnostic report for each patient to the IHS radiology department, the preferred method is electronic. WORK SCHEDULE: The contractor will coordinate scheduling with the Radiology Supervisor or their designee to provide services on one normal working day per month, at a mutually agreeable and scheduled time and providing an estimated 20 exams per visit. Images obtained will become the property of Indian Health Service. REPORTING REQUIREMENTS: Monthly invoices submitted as stated below. Completed screening mammography films and written diagnostic reports. RADIOLOGIST QUALIFICATIONS: Contractor shall meet the following licensure certification, education, and experience requirements. 1. Valid copy of ACR/FDA certification 2. AART certification All required certifications/licensures in this resultant contract 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 screening mammogram services. Acceptance by the facility will be: 1. On adequacy and completeness of services required by the Indian Health Service and compliance with MQSA standards. 2. Billing discrepancies will be noted by the Project Officer and approved for payment with billing vouchers. 3. Contractor will be notified of any physical, documentary or financial discrepancies. SPECIFICATIONS & STANDARDS: The resulting contract shall be: 1. Be a non-personal service, which the contractor is independent, not considered an employee, and 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 radiology interpretation services. PERIOD OF PERFORMANCE: Date of Award through September 30, 2008 with four 12 month option years. 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 and recommending technical changes: (2) Interpreting the PWS; (3) Technical evaluation as required; (4) Technical inspections & acceptance; and (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 Sisseton Service Unit, PHS Indian Health Center, P.O. Box 189, Sisseton, South Dakota 57262. The Contractor agrees to include the following information on each invoice: (1) Contractor?s name, address; (2) Contract Number; (3) Invoice number & date; (4) Cost or price; (5) Record of dates and exams, including exams performed and completed and interpretation. (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, and 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 text. 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 and other factors considered. Technical Proposal - The following factors shall be used to evaluate offers: (1) Methodology & Approach = 25 POINTS: (i) Proposals which merely offer a statement to conduct/provide in accordance with the requirements of the Government Statement of Work, will not be eligible for award. The offeror must submit an explanation of the proposed technical approach in conjunction with the tasks outlined in the Statement of Work. (ii) The detailed work plan must be submitted indicating how each aspect of the Statement of Work is to be accomplished. Your technical approach should be in as much detail as you consider necessary to fully explain your proposed technical approach or method. The technical proposal should reflect a clear understanding of the nature of the work being undertaken. (iii) The technical proposal must include information on how the project is to be organized, staffed and managed. Information should be provided which will demonstrate the offeror?s understanding and management of important events or tasks. (iv) The technical proposal must include information on how the offeror will assume the directorship of the service unit Radiology Department. There must also be a clear indication and strategy for how this effort will be organized. (2) Past Performance = 25 POINTS: The technical proposal must include a listing of similar mammography contracts, Government and/or commercial, awarded to the offeror. The similar contracts must contain the same type of mammography service requirements outlined in the Statement of Work. The offeror must demonstrate its record of successful performance in past contracts by including the following information for each contract. (i) Identify the one contract, which you consider to be the most successful, and the reasons for that determination. (ii) Identify other similar contracts and indicate your record of performance. (iii) In the event your firm did not have contracts which did not meet the Statement of Work requirements of this solicitation, list up to five other contracts which you deem similar. (iv) For each of the above contracts furnish the name, address and telephone number of the contracting organization, a point of contact in the organization, the contract number and dollar value, and dates of contract performance. (3) Key Personnel = 25 POINTS: (i) The technical proposal, as a minimum, must include the following information in sufficient detail to allow a complete analysis of the offeror?s management capabilities and responsibility. (a) Capability to meet delivery or performance schedules. (b) Record of corporate experience. (c) Possession of necessary organization, experience and technical skills to perform the work, or the ability to obtain them. (d) American College of Radiology and Food & Drug Administration Certification applicable to this service. (ii) The technical proposal must include a list of professional personnel to be utilized in performance of the contract, and key employees who will be assigned to this project. Curriculum vitae and resumes, American College of Radiology (ACR) certification, and American Registry of Radiologic Technology (ARRT) of personnel directly involved in providing services under the contract shall be included in the technical proposal. The technical proposal shall specify the level of staff and the extent to which each will participate in contract performance. (4) Management = 25 POINTS: (i) The technical proposal as a minimum must include the following information in sufficient detail to allow a complete analysis of the offeror?s management capabilities and responsibility. (ii) (a) Financial capability to perform the Statement of Work. (b) Capability to meet delivery or performance schedules. (c) Possession of necessary organization, experience and technical skills to perform the Statement of Work. (d) Possession of the required facilities and mobile unit to receive patients and perform exams. (e) Possession of the required facilities to send and receive written data and produce electronic and/or hard copy reports as required. Technical and past performance, when combined are considered equal to cost or price. (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 October 10, 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-COM-08-04/listing.html)
- Place of Performance
- Address: PO Box 189, Sisseton, South Dakota
- Zip Code: 57262
- Country: UNITED STATES
- Zip Code: 57262
- Record
- SN01411069-F 20070920/070919144744 (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 |