SOLICITATION NOTICE
R -- MEDICAL TRANSCRIPTION SERVICES - RE-ANNOUNCE
- Notice Date
- 10/25/2007
- Notice Type
- Solicitation Notice
- NAICS
- 561410
— Document Preparation Services
- Contracting Office
- Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;One Veterans Drive, Building 68;Minneapolis MN 55417
- ZIP Code
- 55417
- Solicitation Number
- VA-263-08-RP-0074
- Response Due
- 11/16/2007
- Archive Date
- 12/16/2007
- Point of Contact
- Michael Owen Contract Specialist 612-467-2190
- E-Mail Address
-
Email your questions to Contracting Officer
(michael.owen@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- VA263-08-RP-0074 Issued: October 29, 2007 Offers Due: November 16, 2007 at 4:30 p.m. CT RE-ANNOUNCEMENT OF REQUIREMENT - See VA263-07-RP-0095 Amend 0001 for Cancellation Notice. Provide professional medical transcription services for the VA Medical Center, Minneapolis, MN in an on-demand, as-needed basis in accordance with the Specifications. Additionally, the Contractor may be required to provide periodic medical transcription services, in accordance with Specifications, for the VA Medical Center, St. Cloud, MN, in the event the St. Cloud VA staff should experience a turn around time of greater then 3 days. The Minneapolis VA Medical Center uses Dictaphone equipment. Annual estimate is: 3,000,000 lines (for Minneapolis only). The successful offeror will be required to meet computer security requirements and will utilize the VA Virtual Private Network (VPN). The successful offeror will perform the requirements of this contract at his/her facility and will not be provided Government space or property, except VPN software required. The resultant contract is intended to be a Commercial Item/Performance Based contract with estimated quantities. Base Year and Option Years shall not exceed a total of five [5] years. The contractor shall furnish all labor, equipment, material, facilities, and all incidentals necessary to provide Medical Transcription services. Quality of work to be determined by the Contracting Officer Technical Representative (COTR) at the appropriate VA Medical Center. Moving this work off-shore (outside of United States borders) is prohibited. Confidentiality: Contractor will have access to certain information from the VA Medical Center that is confidential and constitutes valuable, special, and unique property of the Government. Contractor shall not, at any time either during or subsequent to the term of the contract, disclose to others, use, copy or permit to be copied any confidential information which concerns patients, costs, or treatment methods. The VA Medical Center will be releasing or disclosing patient-identifiable information to the Contractor in the course of providing services to the VA pursuant to this contract. The Government shall retain title and ownership of all medical records, all information provided. The Government intends to award the contract resulting from this solicitation to one (1) responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers and are listed in descending order of importance: 1. Technical capability of services offered to meet the Government requirements; a) Technical Capability and Quality of Offeror's Facility b) Evidence of qualified personnel to service this contract c) Management Capabilities and Approach Methodology d) Quality Assurance. 2. Past performance; 3. Price; and price related factors; 4. Offeror's status as a Veteran-Owned Small Business (VOSB) or a Service-Disabled Veteran-Owned Samll Business (SDVOSB); Technical and past performance when combined, are significantly more important than cost or price. NAICS 561410. Solicitation documents available October 29, 2007 with offers due November 16, 2007 at 4:30 p.m. CT. Written offers must be sent (or delivered) by the date and time due. Late arriving offers will be rejected. Contract effective period estimated to be December 1, 2007 (or as soon thereafter as practical) through September 30, 2008, with four (4) full option years. Written documents must be submitted; electronic or facsimile responses will NOT be accepted. Solicitation documents can be download from www.fbo.gov. The Department of Veterans Affairs is currently implementing a Department-wide standardization program. As a result, VA is issuing National Consolidated Contract(s) / BPAs for standardized items and services. In the future, when any item or service in this contract is standardized under any National Consolidated Contract or BPA, the item or service will be deleted from this contract 30 days after written notice from the Contracting Officer. Should this standardization be implemented before the date offers are due this solicitation shall be cancelled. This solicitation is set-aside 100% FOR SMALL BUSINESS. NOTE a solicitation already issued in accordance with the Veterans First Contracting Program and PL 109-461 at 38 U.S.C. §§ 8127 and 8128 failed to elicit sufficient competition and was cancelled. This is the reason for re-announcing as a SB set-aside. VOSB and SDVOSB are invited to propose (see evaluation factors above).
- Place of Performance
- Address: ONE VETERANS DRIVE
- Zip Code: 55417
- Country: US
- Zip Code: 55417
- Record
- SN01440932-W 20071027/071025223547 (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 |