The RFP Database
New business relationships start here

Echocardiogram Interperation Services


Oklahoma, United States
Government : Homeland Security
RFQ
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 Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ). Submit only written quotes for 246-19-Q-0071, Echocardiogram Interpretation Services. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02. This solicitation is Full and Open. The associated NAICS code is 621512 with a small business size standard of $15 million.

This RFQ contains one (1) Line Item for Echocardiogram Interpretation Services for a base year as follows:


CLIN DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL
0001 08/01/2019 thru 07/31/2020: Base Year: Contractor shall provide Echocardiogram Interpretation services for the Claremore Indian Hospital in accordance with the attached statement of work. 700 EA


SITE VISIT: N/A


PERIOD OF PERFORMANCE:


Base: September 1, 2019 through August 31, 2020


Vendor Requirements: See attached Statement of Work document for requirements, location, and instructions.


STATEMENT OF WORK, SITE DRAWINGS, AND WAGE DETERMINATION ARE ATTACHED TO THIS COMBINED SYNOPSIS SOLICITATION: NOT APPLICABLE


Submit Quotes no later than: August 15, 2019 @ 12:00PM CST to the Following Point of Contact: Sean Long; sean.long@ihs.gov or 918-342-6509


Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):
(a) The Government will award a firm fixed price 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:


Lowest Price Technically Acceptable
- Price will evaluated on base year pricing.
- Offers shall submit current medical insurance in the appropriate amount of $1,000,000 per occurrence and 3,000,000 aggregate.
- The contractor shall have a permanent, current, full and unrestricted license to practice medicine in a state, District of Columbia, the Commonwealth of Puerto Rico or a territory of the United States. The providers shall have expertise or experience in cardiology care by practical experience, must have completed an accredited residency training program in Cardiology or board certification in Cardiology, though board certification is not required.
- Past Performance: Documentation of two past RELEVANT references. - Past Performance with CIH will be evaluated as well (if applicable).


All evaluation factors will be rated equally. Quotes will be evaluated on a 1-5 scale as follows: 4) Excellent, 4) Good, 3) Satisfactory 2) Marginal and 1) Unsatisfactory


This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below. Terms and conditions other than those stated will not be accepted. The above pricing is all inclusive.


PROVISIONS: The following FAR provisions apply to this solicitation:


FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (the offeror should include a completed copy of this provision with their quote).


CLAUSES: The following FAR clauses apply to this solicitation:


FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.504-9, Personal Identity Verification of Contractor Personnel; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.217-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Term of the Contract, FAR 52.222-17 - Nondisplacement of Qualified Workers; FAR 52.219-6, Notice of Total Small Business Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-13, Notice of Set-Aside of Orders; FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-6, Drug Free Workplace; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving; FAR 52.225-1, Buy American Act--Supplies; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil.


SECURITY CLEARANCE


In accordance with Homeland Security requirements all contractor employees who will perform the task order services shall submit to electronic fingerprints and obtain security clearance before services can be performed under this purchase order.


FAR 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011)


(a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24 and Federal Information Processing Standards Publication (FIPS PUB) Number 201.


(b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government:
(1) When no longer needed for contract performance.
(2) Upon completion of the Contractor employee's employment.
(3) Upon contract completion or termination.


(c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements.


(d) The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts when the subcontractor's employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer.


Business Associate Clause will be incorporated into the contract.


HHSAR 352.224-70 PRIVACY ACT (DEC 2015); HHSAR 352.237-70 PRO-CHILDREN ACT OF 1994 (DEC 2015); HHSAR 352.237-71 CRIME CONTROL ACT OF 1990-REPORTING OF CHILD ABUSE (DEC 2015); HHSAR 352.237-72 CRIME CONTROL ACT OF 1990-REQUIREMENT FOR BACKGROUND CHECKS (DEC 2015); HHSAR 352.237-73 INDIAN CHILD PROTECTION AND FAMILY VIOLENCE ACT (DEC 2015);


Miscellaneous:
NO FAX QUOTATIONS
ELECTRONIC SUBMISSIONS - SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (sean.long@ihs.gov)
Mail quotations to Claremore Indian Hospital, Attn: Sean Long, 101 S Moore Ave, Claremore, OK 74017


All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award. Please submit the following information with each quote: Vendor Name, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability. Failure to provide sufficient technical detail may result in rejection of your quote.


For additional information, please contact the Contract Specialist, Sean Long, sean.long@ihs.gov or 918-342-6509


STATEMENT OF WORK
ECHOCARDIOGRAM INTERPRETATION SERVICES
07/15/2019


A. PURPOSE:
Echocardiogram Interpretation Services for the Claremore Indian Hospital, 101 S. Moore, Claremore, OK. Period of Performance 09/01/2019 - 08/31/2020. Contractor shall provide interpretations of Standard Echocardiograms by teleservice means and direct observation. Interpretation will be completed by appropriate licensed, trained and privileged personnel and dictated/transmitted in a manner that can be received into the current RPMS/HER system. The turnaround time for all final reports will be within a 48 hour period beginning upon completion of the exam.


B. PROCEDURES:
The vendor will provide interpretations for the following contracted procedures:


1. Echocardiograms


C. HOURS OF SERVICE:
Interpretation services will be provided Monday through Friday 8:00 am to 4:00 pm and completed within 48 hours of the exam.


D. QUALIFICATIONS OF CONTRACTOR PERSONNEL:
The contractor shall assure that all personnel (Cardiologists) are appropriately licensed and trained to provide interpretation of standard Echocardiogram exams. Personnel must meet State Licensure requirements and maintain ongoing training and education to maintain the appropriate level of competency.


E. SPECIAL TERMS AND CONDITIONS:
Contractor shall maintain the security of patient data and comply with the Privacy Act of 1974 and HIPPA requirements.


F. FAILURE OR INABILITY TO PERFORM SERVICES:
The contractor shall submit a plan which outlines a course of action, should the vendor be unable to carry out the duties outlined within the contract.


G. EVALUATION OF CARDIOLOGISTS:
Claremore Indian Hospital shall periodically evaluate the performance and professional quality of interpretations through documentation review. The Contractor shall make provision whereby unsatisfactory performance or untimely completion of interpretations will be addressed in a mutually agreed upon manner.


H. REFERENCE MATERIAL:
The vendor shall be required to develop familiarity and abide by current policies, procedures, by-laws, and regulations of clinical and medical staff of Claremore Indian Hospital in regards to documentation and safe guarding of patient information. These are available upon request from the Clinical Director at the USPHS Claremore Indian Hospital, Claremore, OK 74017, telephone 918-342-6434.


I. EXTENT OF OBLIGATION
The United States Government is obligated only for the authorized services listed in Item A and B. Any modification to this contract will require prior approval by both parties before any additional obligations of the Government are incurred.


J. NEGOTIATED AUTHORITY:
The appropriate contract authority is 41 USC 253.


K. CONTACT WITH INDIAN CHILDREN:
Individuals providing services which involve regular contact with, or control over, Indian children, are subject to a character investigation. IHS personnel offices will conduct these investigations following award of non-personal services contract unless in the judgment of the Contracting Officer, in consultation with the personnel Officer, investigation may be waived based on prior investigation on file. Until the Contracting Officer has been notified of the result of the investigation, such individuals shall not have unsupervised contact with Indian children.


L. CONTRACTOR FURNISHED PROPERTY, FACILITIES AND SERVICES:
The Indian Health Service requires that the contractor to provide all tools, parts and labor for this contract.


Sean L. Long, Supervisory Contract Specialist, Phone 9183426509, Email sean.long@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP