SOLICITATION NOTICE
65 -- Request for Teleradiology Service
- Notice Date
- 9/26/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621512
— Diagnostic Imaging Centers
- Contracting Office
- Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
- ZIP Code
- 30905-5650
- Solicitation Number
- W91YTV-12-T-0234
- Response Due
- 9/28/2012
- Archive Date
- 11/27/2012
- Point of Contact
- Charles Williams, 706-787-7944
- E-Mail Address
-
Southeast Regional Contracting Office
(charles.williams8@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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; proposals are being requested and a written solicitation will not be issued. The Southern Regional Contracting Office-East announces a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is W91YTV-12-T-0234. This acquisition is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. The North American Industry Classification System Code (NAICS) for this procurement is 621512, Diagnostic Imaging Centers. This requirement is unrestricted. The period of performance will be a five (5) year agreement on a Blanket Purchase Agreement (BPA). This requirement is subject to the availability of FY13 funding. Payment will be made by Government credit card. The Eisenhower Army Medical Center, Fort Gordon, Georgia, has a requirement for the following: Provide off-site professional diagnostic radiological interpretations and reports 24 hours a day, 7 days a week, nights and weekends, via tele-radiology and transcribe all reports into the Composite Health Care System (CHSC) at the Dwight D. Eisenhower Army Medical Center (DDEAMC). Services performed under this BPA shall be performed at the contractor's facility. Period of performance is 1 October 2012 - 30 September 2017. The primary BPA serves as our main contract for use. The MTF will send studies once or twice per year. Services will be called in advance. Please review the attached Performance Work Statement for a description of the requirement. Quantity (Months) UnitUnit PriceTotal Price Teleradiology Services12Each__________________ 12Each__________________ 12Each__________________ 12Each__________________ 12Each__________________ Total Price_________ This solicitation must be quoted all or none. The following FAR Clauses and Provisions in their latest editions apply to this solicitation. 52.212-1, Instructions to Offers-Commercial Items (FEB 2012); Addendum 52.212-1: (m) The non-Far Part 12 discretionary FAR, DFARS, AFARS and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. 52.225-25, Prohibition On Engaging in Sanctioned Activities Relating to Iran-Certification (Nov 2011); 52.203-2, Certification of Independent Price Determination (APR 1985) ; 52.233-2 Service of Protest (SEP 2006); 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998): The full text of a solicitation provision may be accessed electronically at this/these address (es): www.farsite.hill.af.mil; www.arnet.gov/far.; 52.252-5, Authorized Deviations in Provisions Incorporated by References (Apr 1984), (DoD FAR Supplement "(48 CFR Chapter 2)"; 252.203-7005, Representation Relation to Compensation of Former DOD Officials (Nov 2011); 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009); 252.212-7000, Offeror Representations Certifications and Representations-Commercial Items (Jun 2005); 252.215-7007, Notice of Intent to Re-solicit (JUN 2012); 252.215-7008 Only One Offer (JUN 2012); 52.212-2, Evaluation -Commercial items (JAN 1999); Addendum 52.212-2: paragraph (b) has been deleted, paragraph (a) and (c) apply to this acquisition. The following factors will be used to evaluate offers: (a) proposed price list outlining services for five years (see above), (b) a statement of your capability to meet the requirements of the performance work statement (limited to two pages, 11 Font size) and a copy of Representations and Certifications. The Government will award a firm fixed price BPA to the responsible Offeror whose proposal represents the best value to the Government. Price will be evaluated as to fair and reasonableness. 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2012) Alternate I (Apr 2011). FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012); Addendum 52.212-4: (u) The non FAR Part 12 discretionary FAR, DFARS, AFARS, and Local clauses herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. 52.203-3 Gratuities (APR 1984); 52.203-6, Restriction on Subcontractor Sales to the Government (SEP 2006); Alternate I (OCT 1995); 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (OCT 2010); 52.204-4, Printed or Copied Double-Sided on Post Consumer Fiber Content Paper (MAY 2011); 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012); 52.209-6, Protecting The Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.222-3, Convict Labor (Jun 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (EEO); 52.222-26, Equal Opportunity (Mar 2007) (EEO); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action For Workers With Disabilities (OCT 2010); 52.222-37, Employment Reports of Veterans (Sep 2010); 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.222-54 Employment Eligibility Verification (JUL 2012); 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997); 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011); 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008); 52.228-5, Insurance- Work on a Government Installation (JAN 1997); 52.232-18 Availability of Funds (APR 1984); 52.233-3, Protest After Award (AUG 1996); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); 52.237-3, Continuity of Services (JAN 1991); 52.242-13, Bankruptcy (JUL 1995); 52.242-15 Stop-Work Order (AUG 1989); 252.201-7000 Contracting Officer's Representative (Dec 1991); 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (SEP 2011); 252.203-7002, Requirement of Information Employees of Whistleblower Rights (JAN 2009); 252.204-7000 Disclosure Information (DEC 1991); 252.204-7003, Control of Government Personnel Work Product (APR 1992); 252.209-7004, Subcontracting with Firm that are Owned or Controlled by the Government of a Terrorist Country (DEC 2006); 252.225-7012, Preference for Certain Domestic Commodities (JUN 2010); 52.217-8, Option to Extend Services (NOV 1999); The contracting officer may exercise the option by written notice to the contractor within 30 days of expiration date; 52.219-28, Post-Award Small Business Program Representation (APR 2010); 52.204-99, System for Award Management Registration (DEVIATION 2012-O0015) (AUG 2012); 52.252-2, Clauses Incorporated by Reference (FEB 1998): the full text of a clause may be accessed electronically at this/these address (es): www.farsite.hill.af.mil. 52.252-6, Authorized Deviations in Clauses (APR 1984): (b) the use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation; 252.204-7008 Export - Controlled Items (APR 2010); 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2011) (DEVIATION); Payment method will made by Government Credit Card. A point of contact and address will be provided once final agreement is made. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2012) DEVIATION also apply to this solicitation. The government anticipates awarding a single award for this requirement. All offerors must be registered in the Systems for Award Management System and or prior to award, and lack of registration shall make an offer ineligible for award. Offerors may obtain information on registration and annual certification requirements via Internet at https://www.sam.gov/. Full text of provisions and clauses may be accessed electronically at the following address: http://www.farsite.hill.af.mil. All responsible Offerors should submit quotes to Mr. Charles R. Williams at Charles.williams8@us.army.mil, by 12 p.m. EST, Friday September 28, 2012. ATTACHMENT: Performance Work Statement (Carefully review to determine if you can meet these requirements.)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV-12-T-0234/listing.html)
- Place of Performance
- Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
- Zip Code: 30905-5650
- Zip Code: 30905-5650
- Record
- SN02900272-W 20120928/120927000643-fc0354001214a981686f188d9d0e29fa (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 |