Federal Bid

Last Updated on 12 Jul 2017 at 8 AM
Combined Synopsis/Solicitation
River Kentucky

Three Radiology Technicians for the Fort Yates IHS Service Unit in Fort Yates, ND

Solicitation ID 17-108
Posted Date 20 Jun 2017 at 10 PM
Archive Date 12 Jul 2017 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 River Kentucky United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR (Federal Acquisition Regulations) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

Multiple Awards may be issued from this solicitation; When submitting your quote, please specify if you are quoting on Tech #1, #2 or #3;

The solicitation number is Request for Quote-17-108. The solicitation document incorporated provisions and clauses are those in effect through FAC (Federal Acquisition Circular) 2005-93-1.

This is a Small Business Set-Aside solicitation. NAICS code is 621512 - Radiological Laboratory Services, Medical; Small Business Size Standard is $15.0 Million.

The unit pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state, and local taxes) plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates.

Period of Performance shall be from July 1, 2017 to June 30, 2018;

Tech #1

Contract Line Items:
1. Weekend/After Hours Radiology Services 1560hrs X _______ per hr =$_________
    60 hrs/weekend x 26 weekends;

2. Weekend/After Hour Radiology  520hrs X __________per hr = $_____________
    Callback Service

                                                                                   Total  $________________

Tech #2

Contract Line Items:
1. Weekend/After Hours Radiology Services 900hrs X _______ per hr = $___________
    60 hrs/weekend x 15 weekends;

2. Weekend/After Hour Radiology 300hrs X ________per hr = $___________
    Callback Services

                                                                                          Total $_____________


Tech #3

Contract Line Items:
1. Weekend/After Hours Radiology Services 900hrs X _______ per hr = $___________
    60 hrs/weekend x 26 weekends;

2. Weekend/After Hour Radiology 300hrs X ________per hr = $___________
    Callback Services

                                                                                            Total $_____________


The Great Plains Area Office is soliciting quotes for Firm Fixed-Price, Non-Personal Services contracts for Three (3) Radiology Technicians for the Standing Rock Service Unit, Fort Yates IHS Hospital, N10 River Road, PO Box J, Ft Yates, North Dakota 58538.

The period of performance will be from July 1, 2017 through June 30, 2018;

The following Wage Determination is applicable to this solicitation:
Wage Determination No. 2015-5383, Revision No. 1, Dated 1/25/2017.

INSTRUCTION TO OFFERORS: Quote must contain the following documents in order to be considered responsive and eligible for an award:

1. Licensure Requirement form with a copy of the license.
2. For each potential candidate, a completed and signed Agreement to a Temporary Waiver of Character Investigation form.
3. For each potential candidate, a completed and signed Optional Form 306 Declaration for Federal Employment.
4. For each potential candidate, a completed and signed Optional Form 306 Addendum to Declaration for Federal Employment.
5. Copy of Insurance Coverage.
6. Current CV/Resume.
7. Immunization Records
8. Instruction to Offerors.
9. Past Performance Questionnaire.

Completion of the attached FAR and HHSAR (Health and Human Services Acquisition Regulations) provisions and clauses applicable to this acquisition, including:

FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2016). This information must be submitted by the Offeror. See Section L for full text. See Section M for Past Performance Questionnaire Form.

FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014).
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. Award shall be made to the Lowest Price, Technically Acceptable offer. The following factors shall be used to evaluate offers:

A. Items 1-9 listed under Instructions to Offerors.

and the following criteria:
1. Perform independently and utilize standard procedural guidelines.
2. Be familiar with PACS system.
3. Technical knowledge and experience to recognize discrepancies in procedure and test results.
4. Use Quality Control Procedures and re-check questionable results.
5. Record and report individual testing results.
6. Assist with procedure counts for monthly reports for JCHACO and to the Area Office and CMS.

Awards will be made to the lowest responsive and responsible offeror(s).

FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Dec 2016).
This must be completed by the Offeror. See attachment for full text. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (q) of this provision.

FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (May 2015) (Incorporated by Reference); and

FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2017).

The full text of a clause may be accessed electronically at: https://www.acquisition.gov/?q=browsefar

Quote(s) are due on June 27, 2017 @2:00pm CDT/CST. Submit quote(s) to:
Great Plains Area Indian Health Service
Attn: Susan K. Davis, Contract Specialist
Federal Building, Room 309
115 4th Avenue Southeast
Aberdeen, South Dakota 57401-4360
Telephone: 605/226-7572
Facsimile: 605/226-7669
E-mail: [email protected]
Note to the Proposed Contractor:

Security Clearance

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

The IHS 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 OPM (Office of Personnel Management) 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.

OIG Exclusion List

No contract award shall be made to a vendor or provider listed on the OIG Exclusion List (http://exclusions.oig.hhs.gov) throughout the duration of the contract. Should a candidate be found with a non-favorable security clearance it shall be the contractor's responsibility to replace the candidate working under the contract/purchase order with a suitable candidate. It shall be the responsibility of the contractor to notify the Acquisition Office is there is a change in provider.

In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the LEIE (HHS Office of Inspector General List of Excluded Individuals/Entities), 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 IHS 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.

The 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 a reduction(s) in the contract price of no more than the cost of the investigation(s).

EMPLOYEE HEALTH REQUIREMENTS

Contract Providers shall provide health information, proof of immunizations as recommended by the CDC (Centers for Disease Control) concerning health-care workers in the United States. Health information must include previous immunization history and proof of the following immunization records: Hepatitis B (Vaccination-declination required), Measles, Mumps, Rubella (MMR), Varicella, Influenza, and Tuberculosis.

Bid Protests Not Available