Radiologist Physician Services
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Jan 22, 2025 07:25 pm EST
- Original Date Offers Due: Feb 14, 2025 04:00 pm EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Mar 01, 2025
- Initiative:
- None
Classification
- Original Set Aside: 8(a) Set-Aside (FAR 19.8)
- Product Service Code: R499 - SUPPORT- PROFESSIONAL: OTHER
- NAICS Code:
- 621111 - Offices of Physicians (except Mental Health Specialists)
- Place of Performance: Bethesda , MD 20814USA
Description
Acquisition Description:
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and solicitation for commercial Items,” as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested.
This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-07.
The North American Industry Classification System (NAICS) code for this procurement is:
621111 - Offices of Physicians (except Mental Health Specialists) – size standard $16 million
or 621112 - Offices of Physicians, Mental Health Specialists – size standard $13.5 million.
The requirement is being competed via open competition and is a small business set aside for small businesses that are 8(a) certified. All vendors submitting an offer must be 8(a) small businesses under this NAICS code, and submit paperwork showing they are an 8(a) certified small business.
The Solicitation number is RFQ-CC-25-000092 and the solicitation is issued as a Request for Quotes (RFQ). This requirement is related to an earlier pre-solicitation posting under PN-CC-25-000092 that was psoted from 01/02/2025 - 01/10/2025.
National Institute of Health’s Clinical Center (NIH-CC or “Program”) provides comprehensive care to research subjects participating in CC and sister institutes. Many of these patients require radiology service to acquire tissue biopsies for diagnosis or treatment surveillance, drainage of fluids to promote or prolong life, placement of needed intravenous access or gastrointestinal devices, undergo cancer tumor treatments and this requires skilled and dedicated radiology physicians. The NIH-CC needs to provide Radiologist Physician services to support patient care in different Radiology Modalities, such as Diagnostic Radiology, Interventional Radiology and Nuclear Medicine at the NIH Clinical Center. Program currently does not have enough radiologist staff and thus needs to hire a contractor radiologist. The contractor shall provide qualified, medically licensed individuals to perform the services.
See Statement of Work (SOW) for more details.
Place of Performance or Delivery:
The Period of Performance is one base year, plus an estimated an option year period depending on need and funding availability.
Base Year: 03/01/2025 to 03/31/2026
Option Year 1: 03/01/2026 to 03/31/2027
Place of Performance:
10 Center Drive
BLDG 10 - Clinical Center
Room: 15640
Bethesda, 20814 MD
Quote responses should include the price breakdown for the required base year and one (1) year option period.
The following FAR provisions apply to this acquisition:
FAR 52.212-1 Instructions to Offerors Commercial Items (SEPT 2023)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (DEC 2022)
FAR 52.204-7 System for Award Management (OCT 2018)
(Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record)
FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements – Representation (JAN 2017)
52.204–26 Covered Telecommunications Equipment or Services-Representation
(OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26
The following FAR contract clauses apply to this acquisition:
FAR 52-212-4 Contract Terms and Conditions Commercial Items (DEC 2022)
FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (SEP 2023)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
FAR 52.204-13 System for Award Management Maintenance (Oct 2018)
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015)
52.252-2 -- Clauses Incorporated by Reference. (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm.
By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.
The government intends to award a “firm fixed price” order (in the form of a PO, IDIQ, or BPA) to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The government will evaluate quotes to determine the proposal that conforms to the solicitation and presents the best value to the government (eg. the most advantageous to the Government based on price, performance, availability of funds, etc.). The award will be made based on factors including but not limited to the technical capability to meet the requirements/technical factors, price, and past performance. For this solicitation, price will be a factor in the selection, but technical factors shall be just as important or more important than price.
Please see the technical evaluation criteria document for more details.
All questions and requests must be submitted by 01/29/2025 @ 4:00 PM EST.
Submission shall be received not later than 02/14/2024 @ 4:00 PM EST..
Offers may be emailed to Lu Chang at <lu-chang.lu@nih.gov> by the date and time stated above.
Offers shall include RFQ number in the subject line (RFQ-CC-25-000092). Late submission shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via email to the respective contacts above.
Attachments/Links
Contact Information
Contracting Office Address
- 6707 DEMOCRACY BLVD, SUITE 106
- BETHESDA , MD 20892
- USA
Primary Point of Contact
- Lu Chang
- lu-chang.lu@nih.gov
Secondary Point of Contact
History
- Mar 05, 2025 11:55 pm ESTCombined Synopsis/Solicitation (Updated)
- Feb 11, 2025 11:45 am ESTCombined Synopsis/Solicitation (Updated)
- Jan 26, 2025 12:08 am ESTPresolicitation (Original)
- Jan 22, 2025 07:27 pm ESTCombined Synopsis/Solicitation (Updated)
- Jan 22, 2025 07:25 pm ESTCombined Synopsis/Solicitation (Original)