South Dakota Bids > Bid Detail

Ultrasound Technologist

Agency:
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159108889948616
Posted Date: Jan 25, 2024
Due Date: Feb 26, 2024
Source: https://sam.gov/opp/405761e3c4...
Follow
Ultrasound Technologist
Active
Contract Opportunity
Notice ID
CRHC-24-016
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
GREAT PLAINS AREA INDIAN HEALTH SVC
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)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jan 25, 2024 01:10 pm MST
  • Original Date Offers Due: Feb 26, 2024 01:00 pm MST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
  • Product Service Code: Q522 - MEDICAL- RADIOLOGY
  • NAICS Code:
    • 621512 - Diagnostic Imaging Centers
  • Place of Performance:
    Eagle Butte , SD 57625
    USA
Description

a. 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, FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994) (Public Law 103-355) & FAR 37.4, Non-Personal Health Care Services Contract (10 U.S.C. 2304 and 41 U.S.C 253). This announcement constitutes the only solicitation; proposals 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 Service, Purchase Order to provide Ultrasound Technologist Services for the Radiology Department at the Cheyenne River Health Center located in Eagle Butte, South Dakota. All orders may be submitted via email to Danielle.chasinghawk@ihs.gov



This solicitation is being issued under solicitation number CRHC-24-016.



The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-06 Dated 12/04/2023.



This is a 100% Indian Small Business Economic Enterprises (ISBEEs), Indian Economic Enterprises (IEE)and the associated NAICS code is 621512 Diagnostic Imagining Centers, with a Small business Size Standard of $19. Million, Product Service Code is Q522 Medical - Radiology



Services purchased through this contract will be Ultrasound Technologist Services for patient care. A list of line items, quantities/units of measure at attached. 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 from date of award for six (6) months.



See Attached Pricing/Cost Schedule.



Description of Services: Include, continuous Ultrasound Technologist Services, required by the attached Performance Work Statement, for the Cheyenne River Health Center, Eagle Butte, South Dakota.



The period of performance will be from date of award for six (6) months




  1. The provision at 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (Sept 2023), applies to this acquisition. Quotes shall be submitted on company letterhead stationery, signed and dated; it shall include, at a minimum;

    1. Solicitation number CRHC-24-016

    2. Closing Date: February 26, 2024 at 1:00pm MST

    3. Name, address, telephone number of the offeror and email address of the contact person

    4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation.

    5. Terms of any express warranty

    6. Price and any discount terms

    7. “Remit to” address, if different than mailing addressA completed copy of the representations and certifications at FAR 52.212-3

    8. Acknowledgement of Solicitation Amendments, if issued

    9. 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.




  1. Price/Cost Schedule.

  2. Proof of Malpractice Insurance Coverage.

  3. Certify they understand and can meet all requirements listed in this Solicitation, Performance Work Statement and Attachments.

  4. Candidate information, to include: Resume, current/up-to-date licenses & certifications as requested in the PWS, completed Background clearance forms attached to this solicitation, proof of Mandatory Employee Health Records Requirements as spelled out in the PWS, and guarantee report date.



Basis of award is Lowest Price, Technically Acceptable “LPTA” bid package. All of the above is required in order to be technically acceptable.



The clause at 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. See attachment for Full Text



Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (Nov 2023), with its offer. The offeror shall complete only paragraphs (b) of the provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov



The clause at 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Nov 2023), applies to this acquisition. See attachment for Full Text.



The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders – Commercial Products and Commercial Services (Dec 2023) – See attachment for Full Text.



Offerors are due on February 26, 2024 by 1:00 PM MST, and can be e-mailed to Email: Danielle.chasinghawk@ihs.gov



Questions in reference to this solicitation shall be submitted to the email address listed above. The last day to submit questions is February 2, 2024 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.



Points Of Contacts: Danielle Chasing Hawk, Supervisory Contract Specialist, Danielle.ChasingHawk@ihg.gov, 605/964-0605 or Kolbi Haskell, Purchasing Agent, Kolbi.haskell@ihs.gov 605/964-1565



Contractor will need a UEI 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
Secondary Point of Contact
History
  • Jan 25, 2024 01:10 pm MSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >