The RFP Database
New business relationships start here

Diagnostic Medical Imaging Interpretation Services


South Dakota, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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; proposals are being requested and a written solicitation will not be issued.

The solicitation number is Request For Quote-19-241-SOL-00003. The solicitation document incorporated provisions and clauses are those in effect through FAC (Federal Acquisition Circular) 2019-01.

This is a Total Small Business Set-aside solicitation. NAICS code is 621111 - Offices of Physicians (except Mental Health Specialists), Small Business Size Standard is $11.0 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.

Contract Line Items:

Base Year: May 25, 2019 through May 24, 2020
1. Diagnostic Medical Imaging Interpretation Services for 12 Months @$_________ /Month, totaling $_________


Option Year One (1): May 25, 2020 through May 24, 2021
2. Diagnostic Medical Imaging Interpretation Services for 12 Months @$_________ /Month, totaling $_________


Option Year Two (2): May 25, 2020 through May 24, 2021
3. Diagnostic Medical Imaging Interpretation Services for 12 Months @$_________ /Month, totaling $_________


Option Year Three (3): May 25, 2020 through May 24, 2021
4. Diagnostic Medical Imaging Interpretation Services for 12 Months @$_________ /Month, totaling $_________


Option Year Four (4): May 25, 2020 through May 24, 2021
5. Diagnostic Medical Imaging Interpretation Services for 12 Months @$_________ /Month, totaling $_________


Total $_________


The Great Plains Area Office is soliciting proposals for a Firm Fixed-Price, Non-Personal Services contract for Diagnostic Medical Imaging Interpretation Services for the Woodrow Wilson Keeble Memorial Health Care Center, Sisseton-Wahpeton Service Unit, 100 Lake Traverse Drive, Sisseton, SD 57262.


1. Diagnostic Medical Imaging Interpretation Services include: (List is not all-inclusive.)
1. Be a Board Certified Radiologist.
2. Interpret standard radiologic examinations.
3. Interpret ultrasound studies.
4. Interpret mammography exams.
5. Transcribe reports directly into the Indian Health Service's Resource and Patient Management System/Electronic Health Record.
6. One quarterly off-site, in-service training.
7. Ensure JCAHO, HCFA, CMS, and AAAHC accreditation standards are in-use.


The period of performance will be from May 25, 2019 through May 24, 2020, with four 1-year options with performance dates of May 25, 2020 through May 24, 2021; May 25, 2021 through May 24, 2022; May 25, 2022 through May 24, 2023;, and May 25, 2023 through May 24, 2024; respectively.


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


1. If applicable, 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 Malpractice Insurance Coverage
6. Active, current, full, and unrestricted license to practice.
7. Copy of a current physical examination (within the past 2 years) with current immunizations for MMR and DT.
8. MD Degree from an accredited School of Medicine.
9. Copy of current certification in BLS, ACLS.
10. Current CV/Resume.


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 2018). 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. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The following factors shall be used to evaluate offers:


The following factors shall be used to evaluate offers: See Section M for Subfactors.


Technical Proposal
A. Problem and Approach
B. Management
C. Key Personnel
D. Past Performance and Experience


Cost Proposal


FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2018).
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 (Oct 2018) (Incorporated by Reference); and


FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2018).


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


The Defense Priorities and Allocations System (DPAS) is Not Applicable to this solicitation.


Quote is due on March 28, 2019 @10:00am CDT/CST. Submit proposals to:
Great Plains Area Indian Health Service
Attn: Connie Valandra, Contract Specialist
Federal Building, Room 309
115 4th Avenue Southeast
Aberdeen, South Dakota 57401-4360
Telephone: 605/226-7567
Facsimile: 605/226-7669
E-mail: connie.valandra@ihs.gov


Note to the Proposed Contractor:
The standards of medical practice and duties of the Contractor through its Physician(s) shall be determined pursuant to the bylaws of the Service Unit. The regulations of the hospital, applicable provisions of law, other rules and regulations of any and all governmental authorities relating to licensure and regulation of physicians and hospitals must be followed. Also the standards and recommendations of Centers for Medicare and Medicaid Services (CMS) or the Accreditation Organization must be adhered to. The Contract Physician(s) shall be required to participate in a quality improvement program, which is consistent with current requirements for ongoing monitoring and evaluation of the quality and appropriateness of care.


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.


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).


Connie R Valandra, Supervisory Contract Specialist, Phone 605-226-7567, Fax 605-226-7669, Email connie.valandra@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP