MODIFICATION
Q -- Four (4) Computerized Tomographic Technologists - ACL
- Notice Date
- 3/26/2020 7:50:04 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 6211
—
- Contracting Office
- ALBUQUERQUE AREA INDIAN HEALTH SVC ALBUQUERQUE NM 87110 USA
- ZIP Code
- 87110
- Solicitation Number
- 75H70720Q00024
- Response Due
- 4/1/2020 4:00:00 PM
- Archive Date
- 04/16/2020
- Point of Contact
- Cedric A. Wood, Phone: 5052566756, Clarisa Gallegos, Phone: 5052566748, Fax: 5052566848
- E-Mail Address
-
cedric.wood@ihs.gov, clarisa.gallegos@ihs.gov
(cedric.wood@ihs.gov, clarisa.gallegos@ihs.gov)
- Small Business Set-Aside
- BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 13, 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 75H70720Q00024 and is issued as a Request for Quotes (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-02 and 03. The associated North American Industrial Classification System (NAICS) code for this procurement is 621111 with a small business size standard of $7.50. This requirement is a 100% Set-Aside for Small Business Concerns and only quotes from qualified offerors will be considered. FOB Destination shall be described herein. The Albuquerque Area Indian Health Service (AAIHS), in Albuquerque, New Mexico, Bernalillo County, is seeking quotes from Small Business Vendors to provide non-personal services for Four (4) Computed Tomographic Technologists for the Acoma-Canoncito-Laguna Indian Health Services, as described herein. ACLIHS is seeking proposals from small businesses that have current staff readily available that would meet our immediate need for (4) Computed Tomographic Technologists. PERIOD OF PERFORMANCE: Acquisition will be for one base year of twelve months, and four twelve-month option periods for renewal in accordance with FAR 52.217-9, Option to Extend the Term of the Contract (OCT 2014) and upon written notification by the contracting officer within 30 days of contract expiration. PLACE OF PERFORMANCE. Services are to be provided at the Acoma-Canoncito-Laguna Service Unit located 80B Veterans Blvd, Acoma, New Mexico 87034. ***Proposals submitted shall be IAW Wage Determination No.: 2015-5452 Revision No.: 11 Offerors interested in submitting proposals for this requirement MUST submit the following: Contractor Qualification Requirements: DESCRIPTION OF REQUIREMENT: PURPOSE The purpose of this requirement is for non-personal health services, Diagnostic Imaging Services to support the mission of the Acoma-Canoncito-Laguna Service Unit. Contractor shall provide four Computed Tomographic Technologists to perform the requested CT examination services at the following (IHS) facility: Department of Patient Services-Medical Imaging Department Department of Health and Human Services Division of Clinical Services Acoma-Canoncito-Laguna Service Unit SCOPE OF WORK Contractor shall provide Four (4) diagnostic imaging CT services in Radiography, in a competent and professional manner assigned by the Supervisor of Medical Imaging Services. Contractor is expected to provide services at dates and times assigned by Supervisor of Diagnostic Imaging services typically Monday through Sundays. Contractors for Radiology are expected to provide emergency coverage when short staffed as assigned by Supervisor of Diagnostic Imaging Services.�� Duties and responsibilities may encompass Out-patient, In-patient, Urgent Care and Emergency Room departments, serves to IHS patients. Place of Performance: Services are to be performed at Acoma-Canoncito-Laguna Service Unit. Acoma-Canoncito-Laguna Service Unit 80 B Veterans Blvd. San Fidel NM� 87049 Period of Performance:� This acquisition will be for a 12 month base period and up to four 12 month option periods.��� DUTIES AND RESPONSIBILITIES Radiologic technologists are the health care professionals who perform diagnostic imaging procedures, such as CT examinations.�� Radiologic CT technologists are responsible for accurately positioning patients and ensuring that a quality diagnostic image is produced. They work closely with radiologists, the physicians who interpret medical images to either diagnose or rule out disease or injury. For the images to be interpreted correctly by the radiologist, the imaging examination must be performed properly by a radiologic CT technologist The Contractor provides direct patient care services under the terms of this contract, delivering appropriate and timely imaging services in accordance with the Standards of Care established by recognized diagnostic imaging department and in accordance with the policies and procedures of the Service Unit�s Medical Staff Bylaws, Rules and Regulations, including attendance at department and medical staff meetings where appropriate. The Contractor shall complete clinical reports and correspondence concerning patients under his/her care in a timely fashion. Contractor shall maintain appropriate licensure and certification through the term of their contract. Contractor shall possess current registry by the American Registry of Radiologic Technology and be certified in Computed Tomography (CT) Modality. The Contractor provides other duties as assigned that are consistent with privileges as granted by ACLSU. Management of Medical Information: Contractor is required to comply with all aspects of the Privacy Act (P.L. 93-579) and HIPPA regulations, and the use of confidential information and health records, to safeguard the privacy of patients and comply with the regulations of maintaining and keeping confidential patient information/documents in a secure place.� Contractor will be required to comply the requirements of P.L. 101-630, Indian Child Protection and Family Violence Prevention Act, by completing a character investigation.� Will follow policies and procedure of IHS and ACLSU guidelines and statues. IHS Information Technology Systems: In performance of this contract, the Contractor shall adapt to and successfully utilize IHS information technology systems that are deemed by the Supervisor as necessary for acceptable contractor performance, including use of the Electronic Health Record (EHR), IHS RPMS, RAMSOFT PACS (Picture Archiving Communication System) and GE Revolution CT Scanner. The Contractor shall ensure that IHS information technology system security policies and procedures are adhered to. The IT policies and procedures will be made available to the Contractor at ACLSU, IHS facility.� Work Schedule: The Contractor shall be scheduled to work in various clinics of the imaging department. There will be some variability of schedule based upon the needs of the patients and the imaging department.� In general, the Contractor will work Dayshifts and Nightshifts of 7:00 AM to 7:30 PM with 30 minute lunch break, Nights shifts of 7:00 pm to 7:30 pm. All shifts can vary depending assigned shifts by Supervisor of Diagnostic Imaging services typically Monday through Sundays. The contractor shall work 100% of the contracted hours. Timekeeping and attendance will be monitored in compliance with the terms of the contract. The Contractor shall coordinate through the Contracting Officer to obtain necessary authorizations prior to any absence from work. If the length of the absence exceeds eight (8) work hours the Contractor shall request approval at least fifteen (15)� days, (the exception is verifiable emergencies) in advance of the desired absence. Authorization of absence shall be contingent upon availability of a qualified replacement. The Contractor shall provide written documentation from a qualified health care provider for absences of three (3) or more consecutive days, due to illness, stating: The cause of the current illness or incapacitation AND Indicating the Contractor as contagious or non-contagious.�� The Contractor shall not be scheduled to provide overtime hours Conduct: The contractor shall comply with standards as listed in the Federal Code of Conduct. Performance Evaluation and Reporting Requirements: The Contracting Officer Representative (COR) will be responsible for the monitoring the quality of care provided by the Contractor. The Contractor�s performance will be evaluated in accordance with the standards set forth in the contract. �Substantiated reports written by any customer dealing with patient safety, infection control, inappropriate behavior or any procedures that adversely affects patient outcome constitutes a breach of contract.�� CERTIFICATION/QUALIFICAITONS Education:���� Graduate of accredited School of Radiologic Technology Experience:�� One year full time experience as a CT Scan Technologist Licensure:����� Valid state radiology registration as required by State Law. Certification:�� Registry by the American Registry of Radiologic Technology ���������������������� ARRT (R), ARRT (CT) preferred. Current CPR/BLS Certification Background Checks: As directed by the Area Contracting Officer, the Contractor shall provide all requested information necessary to perform background checks.� The Contractor shall comply with the requirement to obtain security investigations.� The Contractor shall work with the IHS to ensure that the pre-employment screening process includes the appropriate investigation questionnaires and forms to be completed. All completed forms will be reviewed by the Contractor and forwarded to the Government Personnel. The Contractor will be immediately removed from the position if at any time the investigation receives unfavorable adjudication, or, if other unfavorable information that would affect the investigation becomes known.�� The Contractor shall furnish all labor, equipment, materials, management, administration, and supervision as necessary to provide the experienced nursing personnel for the services as described herein. The Contractor shall provide adequate supervision to accomplish the performance objectives of the Statement of Work and ensure compliance with all contract terms and conditions. Pricing proposed shall be an all-inclusive rate that includes all state, federal, and local taxes (ex. NM Gross Receipts"" taxes) and any miscellaneous costs associated with the above services. Pricing proposals should be itemized by an hourly rate for 1920 hours for 12 month base period (that excludes weekends and federal holidays). A summary should be provided for one base period of 12 months and an additional four 12 month option periods assuming the same durations of 1920 hours per four option periods (i.e., Five years in total). It is the sole responsibility of the contractor to collect and pay for any New Mexico State Gross Receipt Taxes for work performed in the State of New Mexico, regardless of the physical location the work was performed. Pricing in proposals MUST be good for 30 calendar days after close of solicitation. Failure to provide any required items will result in the offer being determined as non-responsive. Resumes should contain clear information to make a valid determination that the experience requirements are fully met as stated in this solicitation. All required information should be clearly identified in the resume and failure to provide any required information to make a determination on qualifications will result in loss of full consideration. Offerors can expect to receive a confirmation email when offer materials have been received. Offerors should retain for their records copies of all enclosures which accompany their offers. Any questions on this solicitation may be directed to: Cedric A. Wood, cedric.wood@ihs.gov. *Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by email. Questions not received within a reasonable time prior to close of the solicitation may not be considered.* BASIS FOR AWARD: FAR 15.101 Best Value Continuum Process The Government will award one 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. The following factors shall be used to evaluate offers: (i) Availability must be able to complete and pass the background investigation and be able to provide services within 10 days of background clearance. (ii) Past Performance � Technicians shall possess knowledge, skill and abilities in the radiological field IAW with the SOW. (iii) Price. (iv) Customer Service. Factors 1, 2, and 3 when combined, are significantly more important than factor iv. Award will be made on a best value basis; both price and other factors considered. The source selection team will evaluate the technical aspects; the Contract Officer will evaluate the pricing. PRICE EVALUATION: The price proposals shall be evaluated to determine the Offeror's ability to carry out its proposed technical approach and indicate that the Offeror understands the nature and extent of the work to be performed. The price evaluation will not be point scored. PROPOSAL SUBMITTALS: Via mail: Cedric A. Wood, 4101 Indian School Rd NE, Suite 225, Albuquerque, NM 87110. Via email: cedric.wood@ihs.gov ***Offers are due April 1, 2020 by 1700 MST*** DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBERS AND THE SYSTEM FOR AWARD MANAGEMENT. By submitting a proposal, the vendor will be self-certifying that neither the Offeror nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. Through its submission, the vendor acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance and through final payment of any contract resulting from this solicitation. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: 52.209-5, Certification Regarding Responsibility Matters Certification Regarding Responsibility Matters. 52.209-11; Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items-the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-55, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.TAXES: Non-personal service contractors are required to pay Federal Income Taxes, FICA, and Medicare. FAR 52.229-3 Federal, State, and Local Taxes (Feb 2013) will be incorporated by reference. This Contract incorporates some HHSAR provisions/clauses by reference, with the same force and affect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these addresses: http://www.hhs.gov/policies/hhsar/subpart352.html. HHSAR CLAUSES- 352.211-3 Paperwork Reduction Act (Dec 2015) 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) 352.227-70 Publications and Publicity (Dec 2015) 352.237-75 Key Personnel (Dec 2015) For general information about DUNS Numbers and SAM, please refer to Federal Acquisition Regulation (FAR) Clause 52.204-6, Data Universal Numbering System (DUNS) Number and FAR 52.204-7, System for Award Management. https:/acquisition.gov/far/current/html/52_200_206.html or www.sam.gov. NOTE REGARDING GOVERNMENT OBLIGATIONS FOR THIS SOLICITATION. This solicitation in no way obligates the AAIHS to award a service contract, nor does it commit the AAIHS to pay any costs incurred in the preparation and submission of the offer. Contracting Office Address: 4101 Indian School Road NE Suite 225 Albuquerque, New Mexico 87110 United States Place of Performance: Acoma-Canoncito-Laguna Service Unit 80 B Veterans Blvd. San Fidel NM� 87049 United States Primary Point of Contact: Cedric A. Wood, Contract Specialist cedric.wood@ihs.gov Phone: 505-256-6756 Fax: 505-256-6848
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e3883f37ca594f0c991babcb5c32f9bc/view)
- Place of Performance
- Address: San Fidel, NM, USA
- Country: USA
- Country: USA
- Record
- SN05601001-F 20200328/200326230141 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |