Firm-Fixed Price, Non-Personal Service, Commercial Item, for Mobile MRI Services, for the Cheyenne River Health Center, Eagle Butte, SD.
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 (Updated)
- Updated Published Date: Dec 19, 2022 03:18 pm MST
- Original Published Date: Nov 17, 2022 02:53 pm MST
- Updated Date Offers Due: Jan 03, 2023 01:00 pm MST
- Original Date Offers Due: Dec 19, 2022 01:00 pm MST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Jan 18, 2023
- Original Inactive Date: Jan 03, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Q522 - MEDICAL- RADIOLOGY
- NAICS Code:
- 621512 - Diagnostic Imaging Centers
- Place of Performance: Eagle Butte , SD 57625USA
Description
Amendment 1 to extend closeing date to 1/3/2023@1:00pm MST
(i) a. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.
b. The Indian Health Service/Cheyenne River Health Center intends to award a Firm Fixed-Price, Non-Personal Services, contract, to provide Mobile MRI (Magnetic Resonance Imaging) Services for the Radiology Department at the Cheyenne River Health Center located in Eagle Butte, South Dakota. Period of Performance with all be a Base Year, with 4/one year option years, for a tentative total of 5 years.
(ii) This solicitation is being issued under solicitation number CRHC23-05.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06, dated 10/28/2022
(iv) This solicitation is advertised as unrestricted and the associated NAICS code is 621512 – Diagnostic Imaging Center, $16.5m, and Product Service Code is Q522 – Medical-Radiology Services.
(v) Services purchased through this contract will be Mobile MRI Services for patient care. The “Unit Price” is an all-inclusive cost. All “inclusive cost” is defined to include, but not limited to travel, lodging, per diem, benefits, fuel, freight etc., plus all other costs pertinent to the performance of this contract. The period of performance will be a base year, plus the option to exercise, 4/one-year option terms.
Base Year: 01/01/2023 – 12/31/2023
52 Days @ $___________/day, totaling $_____________
Option Year One(1): 01/01/2024 – 12/31/2024
52 Days @ $___________/day, totaling $_____________
Option Year Two(2): 01/01/2025 – 12/31/2025
52 Days @ $___________/day, totaling $_____________
Option Year Three(3): 01/01/2026 – 12/31/2026
52 Days @ $___________/day, totaling $_____________
Option Year Four(4): 01/01/2027 – 12/31/2027
52 Days @ $___________/day, totaling $_____________
(vi) Description of Services: See attached Performance Work Statement.
(vii) The period of performance will include one base year, plus the option to exercise four (4) option years, with a start date of 01/1/2023. Delivery and acceptance terms for this order are with the PWS.
(viii) The provision at 52.212-1, Instructions to Offerors – Commercial Items (Nov 2021), applies to this acquisition. Offers shall be submitted on company letterhead stationary, signed and dated; it shall include, at a minimum;
- Solicitation number CRHC23-05;
- Closing Date: January 3, 2023 at 1:00pm MST;
- Name, address, telephone number of the offeror and email address of the contact person;
- Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation;
- Terms of any express warranty;
- Price and any discount terms;
- “Remit to” address, if different than mailing address;
- A completed copy of the representations and certifications at FAR 52.212-3(see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);
- Acknowledgement of Solicitation Amendments, if issued;
- Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items/service and other references(including contract numbers, points of contract with telephone numbers and other relevant information);
- A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration
Quotes shall also include the following to be considered acceptable.
- Signed SF-1449
- Complete Taxpayer Identification Form (FAR Part 52.204-3 – Taxpayer Identification)
- Complete Annual Representations & Certifications form (FAR 52.212-5)
- Technical/Evaluation Proposal (Addressing each evaluation element)
- Cost/Price Proposal
- Past Performance Questionnaire (section M, page 5-8)
(ix) The clause at 52.212-2, Evaluation-Commercial Items (Nov 2021), applies to this acquisition. 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. The Government will award a contract resulting from this solicitation to the best value in consideration of the government. The following factors shall be used to evaluate offers: The basis for award will be “Best-Value” with trade-offs. This is a competitive solicitation and the offer your firm submits will be used by the Indian Health Service to determine which offer is the “Best Value” to the government.
(x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2022), with its offer. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision.
(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Nov 2021), applies to this acquisition.
(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items (May 2022) – See attachment for full text.
(xiii) Any additional contract requirement(s) or terms and conditions are determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices (i.e. warranty requirements, HHSAR, etc..) are attached.
(xiv) N/A
(xv) Offerors are due on January 3, 2023 by 1:00 PM MST, and can be mailed, e-mailed (Stephanie.RedElk@ihs.gov), or Fax to: 605-964-7737. Offeror must confirm the receipt of the proposal by IHS.
Questions in reference to this solicitation shall be submitted to the email address listed above. The last day to submit questions is December 7, 2022 at 1:00pm MST. No questions will be answered after this date/time. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective vendors through a solicitation amendment.
(xvi) Point Of Contacts: Stephanie RedElk, Purchasing Agent, Stephanie.RedElk@ihs.gov, 605-964-0507, or Danielle Chasing Hawk, Contracting Officer, Danielle.ChasingHawk@ihg.gov, 605-964-0605.
(xvii) Contractor will need a UIE number, TIN number, and be active & registered in SAM at www.sam.gov.
Attachments/Links
Contact Information
Contracting Office Address
- DIVISION OF ACQUISITION MANAGEMENT FEDERAL BLDG 115 4TH AVE SE RM 309
- ABERDEEN , SD 57401
- USA
Primary Point of Contact
- Danielle Chasing Hawk
- danielle.chasinghawk@ihs.gov
- Phone Number 605/964-0605
- Fax Number 605/964-7737
Secondary Point of Contact
- Stephanie RedElk
- stephanie.redelk@ihs.gov
- Phone Number 605/964-0507
- Fax Number 605/964-7737
History
- Jan 18, 2023 09:58 pm MSTCombined Synopsis/Solicitation (Updated)
- Dec 19, 2022 03:18 pm MSTCombined Synopsis/Solicitation (Updated)
- Nov 17, 2022 02:53 pm MSTCombined Synopsis/Solicitation (Original)