Federal Bid

Last Updated on 04 Sep 2019 at 8 AM
Combined Synopsis/Solicitation
North river New york

Radiology Technologist

Solicitation ID RFQ-19-069
Posted Date 16 Aug 2019 at 1 PM
Archive Date 04 Sep 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Aberdeen Area Office
Agency Department Of Health And Human Services
Location North river New york United states
A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994) (Public Law 103-355) & FAR 37.4, Non-personal Health Care Services Contract (10 U.S.C. 2304 and 41 U.S.C.253). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

B. The Great Plains Area Indian Health Service (IHS) intends to award a firm fixed-price, non-personal service, commercial item, Multiple Award IDIQ contract in response to Request for Quote 19-068 Small Business Set-Aside. The contract resulting from this solicitation will not obligate funds; funds must be obligated prior to starting performance through a task order. Order maybe submitted electrically, facsimile, or hard copy.

C. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05 dated 08/13/2019.

D. The RFQ is issued as a 100% Small business set-aside, and the associated NAICS Code is 561320, which is small business standard 27.5 million.

E. The "Unit Price" is an all-inclusive cost. All "inclusive cost" is defined to include travel, lodging, per diem, fringe benefits, i.e., life insurance, social security, federal, state, and local taxes, plus all other costs pertinent to the performance of this purchase order.

You may bid one, two or all three positions.
Weekend/After Hours Coverage:
60hrs/Weekend for 26 weekends total of 1560 hours
60hrs/Weekend for 18 weekends total of 1080 hours
60hrs/Weekend for 12 weekends total of 720 hours

Radiology Laboratory Technician Services (three positions):
Base year: 1560 hours @ __________ per hour for a total of $___________.
Base year: 1080 hours @ __________ per hour for a total of $___________.
Base year: 720 hours @ ___________ per hour for a total of tiny_mce_marker____________.
Option Year One: 1560 hours @ _________ per hour for a total of $_______________.
Option Year One: 1080 hours @ _________ per hour for a total of $_______________.
Option Year One: 720 hours @ __________ per hour for a total of $_______________.
Option Year Two: 1560 hours @ _________ per hour for a total of $_______________.
Option Year Two: 1080 hours @__________per hour for a total of $_______________.
Option Year Two: 720 hours @___________per hour for a total of $_______________.
Option Year Three: 1560 hours @_________per hour for a total of $_______________.
Option Year Three: 1080 hours @ ________ per hour for a total of $_______________.
Option Year Three: 720 hours @_________ per hour for a total of $________________.
Option Year Four: 1560 hours @ _________ per hour for a total of $_______________.
Option Year Four: 1080 hours @__________per hour for a total of $_______________.
Option Year Four: 720 hours @__________ per hour for a total of $________________.
Total Amount for the base plus all four option years $______________.

F. To obtain to Medical Laboratory Technician services for Weekend/After-Hours Coverage at the Fort Yates IHS Hospital in Fort Yates, ND

G. Services to be provided at the Fort Yates IHS Hospital in Fort Yates, ND. Period of performance will be the date of award until June 30, 2020 for the base with four (4) option year.

H. FAR 52.212-1 - Instructions to Offerors - Commercial Items (October 2018):

Quotes shall be submitted on company letterhead stationery, signed and dated and it shall include:

1. Solicitation number RFQ 19-069
2. Closing date of August 20, 2019 at 12:00pm CST.
3. Name, address, telephone number of the offeror and email address of the contact person.
4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include documents, if necessary;
5. Terms of any express warranty
6. Price of any discount terms
7. "Remit to" address, if different than mailing address;
8. A completed copy of the representations and certifications at FAR 52.212-3; see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically.
9. Acknowledgment of Solicitation Amendments (if any issued)
10. Resume stating ability to meet qualifications and the requirements of the statement of work.
11. Past Performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (to include contract numbers, points of contact with telephone number and other pertinent information)
12. A statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitations. Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded.

In addition, Contractor shall provide the following in order to be considered technically acceptable.
1. Complete and sign Agreement of Temporary Provisional Waiver of character investigation.
2. Complete and sign Declaration for Federal Employment - Option Form 306
3. Complete and sign Addendum to Declaration for Federal Employment - Option Form 306
4. Complete and sign Licensure Requirement Form.
5. Copy of Malpractice insurance coverage.
6. Shall meet the Professional Qualifications Criteria of the Statement of Work
7. Copy of Board Certifications
8. Copy of active, current full and unrestricted license to practice.
9. Copy of Diplomas/Specialty Certification
10. Copies of Continue Education
11. Current CV/resume
12. Name and phone number of three (3) current professional references
13. Copy of recent Health Examination

I. FAR 52.212-2 Evaluation - Commercial Items (October 2014)

Basis of award is Lowest Price Technically Acceptable "LTPA". All of the above is required in order to be considered technically acceptable. (see instructions to offerors).

J. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (October 2018) - See attachment for full text and instruction for completion. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via http://www.sam.gov. If an offeror has completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraph (c) through (o) of this provision.
K. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (October 2018) - See attachment; in by reference

L. FAR 52.212-5 - Contract Terms & Condition's Required to Implement Statutes or Executive Orders - Commercial Items (August 2019) - See attachment for full text.

M. Attached are the Federal Acquisition Regulations (FAR) and the Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including the following:

N. Offers will be accepted electronically, Submit via e-mail to the following:
Great Plains Area Indian Health Service
DeAnne Dolphus, Contract Specialist
115 4th Avenue SE, Room 309, Federal Building
Aberdeen, South Dakota 57401
e-mail: [email protected]
Phone: 605-226-7332

Contractor will need a DUNS number, TIN number and be registered with www.SAM.gov

SECURITY CLEARANCE

A security pre-clearance must be performed for any employee referred to IHS through this contract.

Fingerprints must be completed and adjudicated prior to services being performed under this contract

Performance of this contract will require routine access by employees of the Contractor or its subcontractors to facilities or systems controlled by the Indian Health Service (I.H.S.). Before starting work requiring routine access to I.H.S. facilities or systems each person must complete a FBI National Criminal History Check (Fingerprint Check) adjudicated by an I.H.S. employee using the Office of Personnel Management Personnel Investigations Processing System. Contractors shall allow five business days for I.H.S. processing of fingerprints taken electronically at an I.H.S. site and thirty business days for non-electronic processing of fingerprints using FBI Form FD-258. A list of I.H.S. sites with electronic fingerprint capability is available from the Contracting Officer.

The Indian Health Service utilizes the eQIP (Electronic Questionnaire Investigations Processing) system to process background investigations. Contractors are required to work with the Service Unit Background Coordinator or other designee to properly complete their eQIP entry without error. Proper submission of the EQIP entry to the Office of Personnel Management (OPM) is required prior to the individual being allowed to begin their performance under this contract. Computers have been provided to the service unit for this purpose.

In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the HHS Office of Inspector General List of Excluded Individuals/Entities (LEIE), http://exclusions.oig.hhs.gov. As soon as practicable prior to the performance of the work, the Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting Officer the names of any additional or substitute employees for screening before they begin work.

The Contractor is responsible for conducting security preclearance investigations in sufficient depth to ensure that each Contractor or subcontractor employee referred to I.H.S. is not on the LEIE and can obtain a favorable fingerprint clearance. Each security preclearance shall be conducted sufficiently in advance of the start of performance to avoid delays caused by denial of access. If this is a Time and Materials, Labor-Hour or Cost Reimbursement contract, the contractor shall not charge for or be reimbursed for labor hours or other costs incurred for employees who are unable to perform due to denial or access or the excess time required to resolve and clear unfavorable security clearance findings. If this is a Fixed Price contract, denial of access due to security clearance findings shall not be a basis for excusable delay or an increase to the contract amount.

Government will pay for the cost to process the contractor's suitability clearances. However, multiple investigations for the same position may, at the Contracting Officer's discretion, lead to reduction(s) in the contract price of no more than the cost of the extra investigation(s).
Acceptance Period: Your proposal must stipulate that is predicated upon all terms and conditions of this RFP. In addition, it must contain a statement to the effect that it is firm for a period of at least 30 days from the date of receipt by the Government.

 

Bid Protests Not Available

Similar Past Bids

Spirit lake Iowa 19 Mar 2014 at 8 PM
Washington 18 Nov 2011 at 6 PM
Rock West virginia 03 Apr 2019 at 3 PM
Eagle butte South dakota 25 Jan 2024 at 8 PM
Eagle butte South dakota 08 Nov 2021 at 5 PM