Number: 9507971
Country: United States
Source: Federal Business Opportunities
Contractor shall provide firm-fixed pricing for Echocardiogram Interpretation Services at the Claremore Indian Hospital, for a one year period of service. The Indian Health Service (IHS) intends to award a firm fixed-price award for the quote most advantageous to the Federal Government.
Estimated start date is September 1 2018. The closing date for receipt of quotes is July 16 2018 at 4:30 pm. Offers shall be submitted to the Oklahoma Area Indian Health Service, 701 Market Drive, Oklahoma City, Oklahoma 73114, no later than 4:30 p.m., on July 16 2018. The offer must be submitted in a sealed envelope, addressed to this office, showing the solicitation number, and your name and address. Please do not email RFQ"s. Qualified vendors will review the following and submit applicable information. No phone inquiries!
STATEMENT OF WORK (attached)
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 (Jan 2017), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide the following: (1) two past performance references to include the contact name phone number, contract number, company name, brief description of project (2) registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/) (3) updated licensing for all Cardiologists that will be providing services in requirement (4) proof of current medical insurance (5) pricing for Echocardiogram Interpretation procedures listed in Section B of Statement of Work (aproximate 700 a year)
The provisions of 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this acquisition. The Government intends to award one from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Price; (2) Qualifications; (3) Past Performance. Quotes will be evaluated on a 1-5 scale as follows: 1) Excellent, 2) Good, 3) Satisfactory 4) Marginal and 5) Unsatisfactory
Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2017) OR indicate certifications in ORCA at https://orca@bpn,gov.
The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 System for Award Management (July 2013), 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007), 52.223-6 Drug-free Workplace (May 2001), 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997), 352.224-70 Confidentiality of Information (April 1984), 352.270-17 Crime Control Act-Reporting of Child Abuse (Jan 2006) and 352.270-18 Crime Control Act-Requirement for Background Checks (Jan 2006).
The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Nov 2017) applies to this acquisition. The following clauses apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sept. 2006); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997); 352-270-18 Crime Control Act-Requirement for Background Checks (Jan 2006).
EVALUATION CRITERIA
Technical as well as price will be a deciding factor for award of a purchase order. The due date for this requirement is July 16 2018 at 4:30 PM CT. THE INDIAN HEALTH SERVICE WILL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THESE EVALUATION CRITERIA AS FOLLOWS:
A) registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/. Please note that all parties interested in doing business with the Indian Health Services must be registered in the SAM database. B) Propose and provide pricing for Echocardiogram Interpretation services (approximate 700 a year). Vendor is expected to provide pricing for Echocardiogram Interpretation services listed in Section B of Statement of Work. Vendor must be able to sync with the RPMS/EHR system located within the Claremore Indian Hospital, and provide interpretations within the required turnaround time (48 hours). The estimated start date of award is September 1 2018. C) Certifications in ORCA at https://[email protected]. D) Current license as a Cardiologist/Medical Doctor (any U.S. state or territory). E) Proof of current medical insurance in the appropriate amount of $1000000 per occurrence and $3000000 aggregate. F) Documentation of two past references.