Federal Bid

Last Updated on 25 Apr 2016 at 11 PM
Combined Synopsis/Solicitation
Moore South carolina

Medical Transcription Services

Solicitation ID CLA-16-Q-0029
Posted Date 25 Apr 2016 at 11 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside women-owned small business (wosb) program set-aside (far 19.15)
Contracting Office Oklahoma Area Ofc Claremore Service Unit
Agency Department Of Health And Human Services
Location Moore South carolina United states
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; quotes are being requested via the attached SF-1449, statement of work and terms and conditions. The solicitation is issued as Request for Quote (RFQ) # CLA-16-Q-0029 for a Non-personal medical transcription services IAW attached Statement of Work (SOW) for a Base plus four (4) option years. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective 3/16/2016.


This procurement is being issued as a 100% set-aside women owned small business under NAICS Code 518210 with a standard business size of $32.5M. This acquisition will be subject to Service Contract Act. Attached U.S. Department of Labor Wage Determination No. 2015-2433 and see http://www.wdol.gov/ for your locality.


CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil.


The provisions of 52.212-1, Instructions to Offerors-Commercial Items (OCT 2015), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide the following: (1) verification of indemnification (2) three past performance references to include the contact name and phone number, contract number, company name, brief description of project; and (3) their Dun and Bradstreet Number (note: Contractors must be registered in the System for Award Management (SAM) to be eligible for award. This can be done at http://www.sam.gov).


The provisions of 52.212-2, Evaluation-Commercial Items (OCT 2014), applies to this acquisition. 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. The following factors shall be used to evaluate offers: Timeliness of Transcription, Hardware and software, Quality Assurance Procedures, Experience of the Organization/Past Performance. When combined, all factors are more important than price factors. The Government will evaluate offers 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).


The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2015) applies to this acquisition. The following clauses apply: 52.204-7 System for Award Management (Jul 2013), 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011), 52.223-6 Drug-free Workplace (May 2001).


The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (MAR 2016) applies to this acquisition. The following clauses apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sept. 2006); 52.219-6, 52.219-1, Small Business Program Representations (Oct 2014), 52.219-30 Notice of set Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business program (Dec 2015), 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (April 2015); 52.222-26, Equal Opportunity (April 2015); 52.222-36, Affirmative Action for Workers with Disabilities (July 2014); 52.222-50, Combating Trafficking in Persons (March 2015); 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013)


The following FAR and HHSAR clauses apply: 352.224-70 Privacy Act (Dec. 18, 2015); 352.237-71 Crime Control Act-reporting of child abuse. (December 18, 2015) and 352.237-72 Crime Control Act requirement for background checks. (December 18, 2015).


Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2016) or indicate certifications in System for Award Management (SAM) Web site accessed through http://www.acquisition.gov.


Quotes are due by 4:00 pm CST, April 27, 2016, at Claremore Indian Hospital, 101 S.Moore Ave, Claremore, Oklahoma, 74017-5047 and must be delivered electronically to Eileen Soban, Purchasing Agent, [email protected] and LaDonna Collins, Supervisory Contract Specialist, [email protected].


All responsible sources may submit a response which, if timely received, will be considered by the agency.

 

Bid Protests Not Available

Similar Past Bids

Moore South carolina 23 Jun 2016 at 1 PM
Location Unknown 10 Mar 2012 at 12 AM
Beaufort South carolina 04 Aug 2011 at 5 PM
Tahlequah Oklahoma 05 Feb 2007 at 5 AM
Guam 29 Aug 2008 at 10 PM

Similar Opportunities

Massachusetts 31 Dec 2030 at 8 PM
Boston Massachusetts 31 Dec 2030 at 8 PM
Montpelier Vermont 11 Jul 2025 at 8 PM
Boston Massachusetts 31 Dec 2030 at 8 PM