Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 14, 2020 SAM #6833
SOLICITATION NOTICE

Q -- Mobile MRI Servies - FLX

Notice Date
8/12/2020 10:39:40 AM
 
Notice Type
Presolicitation
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
FAO GRAND PRAIRIE TX 75051 USA
 
ZIP Code
75051
 
Solicitation Number
15B40620Q00000002
 
Response Due
9/9/2020 1:00:00 PM
 
Archive Date
08/10/2021
 
Point of Contact
LaShundra D. Thomas, Phone: 9723524529
 
E-Mail Address
ldthomas@bop.gov
(ldthomas@bop.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, TX, intends to issue solicitation�15B40620Q00000002 for the provision of Mobile MRI services.� The contractor will provide the Mobile MRI services in the Health Services Department at FCC Florence, located at 5880 Hwy 67 South, Florence, CO 81226. �The FCC includes United States Penitentiary Administrative Maximum (ADX), United States Penitentiary (USP), Federal Correctional Institution (FCI), and the Federal Prison Camp (FPC).� The contractor shall provide Mobile Magnetic Resonance Imaging (MRI) services to the Health Services Department at the ADX, USP, FCI, and FPC.� �The contract type is an indefinite delivery/requirements contract with firm-fixed unit price. The award will be made to the responsible vendor or individual who submits the lowest quote to the Government. �The contractor will normally work an average of eight (8) hours per visit. Prior scheduled appointments are always required for security reasons. The work day is normally between the hours of 7:00 a.m. and 3:00 p.m., on a day(s) designated by the BOP.� The services�are usually�performed 3-4 times per month. �Specific days/hours will be subject to mutual agreement between the Health Services Administrator (HSA) and the contractor. The contractor will be notified in advance of the requested date of service and the number of inmates to be examined. The estimated number of inmates will be determined by the Health Services staff and will vary from session to session. Based upon previously required services, an estimated number of 216 scans per year will be performed. The contractor will normally be scheduled a month in advance. ��Required credentials and such are listed in the solicitation.� More details are within the solicitation.� The Government intends to award a requirements-type contract with firm-fixed unit prices resulting from this solicitation.� The contract period shall consist of a base year and four option years.� The solicitation will be available on or about August 10, 2020 and will be distributed solely through the SAMs website (www.beta.SAM.gov). �All future information concerning this acquisition, including solicitation amendments, will be distributed solely through this website. Interested parties are responsible for monitoring this site to ensure you have the most up-to-date information about this acquisition. Hard copies of the solicitation will not be available. �The website provides all downloading instructions to obtain a copy of the solicitation. The anticipated date for receipt of quotes is on or about September 9, 2020. Faith-Based and Community-Based organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Insert the clause FAR 52.204-13, System for Award Management Maintenance, in solicitations that contain the provision at 52.204-7, and resulting contracts. This clause requires all contractors doing business with the federal government after September 30, 2003, to be registered in the SAM database on the SAMs website (www.beta.SAM.gov).� Contractors should include their Data Universal Number System (DUNS) number in their offers. The Contracting Officer will verify registration in the System for Award Management (SAM) database prior to award by entering the potential awardees DUNS number into the SAM database. The acquisition is total small business set-aside. The North American Industrial Classification (NAICS) code is 621512 with a small business size standard of $16.5M.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/51bf4502c27f4ed1b04412a50c548bf6/view)
 
Place of Performance
Address: Florence, CO 81226, USA
Zip Code: 81226
Country: USA
 
Record
SN05754604-F 20200814/200812230143 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.