1. This is a combined synopsis/solicitation for commercial items prepared in accordance with
the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with
additional information included in this notice. This announcement constitutes the only
solicitation; a written solicitation will not be issued.
2. Solicitation number IHS-SOL-0800141is issued as a request for quotation (RFQ).
3. The solicitation document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 2001-25.
4. This is a 100% Small Business Set-Aside. If there is no offers received from a small
business concern, this acquisition for small business set-aside may be dissolved and the
acquisition open to all responsive bidders. NOTE: This acquisition will not be reposted to the
Electronic Posting System if the acquisition is dissolved for 100% small business
consideration. The NAICS code is 561410 and the size standard is $6.5 million.
5. This solicitation contains the following line item(s):
The Department of Health and Human Services (DHHS), Indian Health Service (IHS), is
seeking through a solicitation for âMedical Transcriptionâ services to be performed at the
Whiteriver Indian Hospital; a facility of the Indian Health Service (IHS) located in area region
referenced as Phoenix Area.
The purpose and objective of this solicitation is to obtain quality staffing solutions from
qualified/experienced contractor(s), in an efficient, streamlined, and cost effective manner
in accordance with applicable statutes and regulations.
Services shall include:
1. H&P
2. TX Summaries and Letters
3. Narrative summaries returned within 24 hours
4. Other summaries due within 48 hours
5. Other routine transcription services provisions
REPORTS SHALL BE RECEIVED AND TRANSFERRED BY FAX OR ELECTRONICALLY. QUOTES SHOULD BE BASED ON COST PER LINE TAKING INTO CONSIDERATION THE REPORTS TO BE AN ESTIMATED 1 1/2 - 2 PAGES OR 45 - 90 LINES USING 12 PT NEW TIMES ROMAN FONT, SINGLE SPACE.
QUOTES FOR SIX MONTHS WILL BE CONSIDERED.
6. Period of Performance: Six months from date award is made (est. June 15, 2008 - December 15, 2008).
Place of Performance: Whiteriver Indian Hospital, Whiteriver, AZ. FOB: Destination.
7. The provision at FAR 52.212.1, Instructions to Offerors - Commercial applies to this
acquisition. Multiple offerors and awards are hereby deleted from this solicitation. All
quotes must be for all items, as stated, partial quotes will not be considered. Award will be
made to a single vendor. All inquiries or questions pertaining to this solicitation must be
submitted in writing by the concern party at least 2 business days prior to closing date.
The offer will be 8 1/2â x 11â. Written proposal should be limited to 2 pages - Non-Price
Factors (Not to Exceed 1 page) Bid Schedule (Not to Exceed 1 page).
8. The provision at FAR 52.212-2, Evaluation of Commercial Items applies. Addendum to
Paragraph (a), The Government will award a purchase order resulting from this RFQ to the
most responsive, responsible offers whose offer represents the best value in terms of
technical capability, price and past performance. Best value will be based upon a tradeoff
between non-price and price factors. The non-price factors when combined are
significantly more important than price consideration. Factors: (1) Non-Price: Technical
capability (2) Price: Offers will be evaluated for completeness, reasonableness and
competitiveness. An offer proposed price would be determined by multiplying the quantities
identified in the pricing schedule by the proposed fixed unit price by contractor line item
number to confirm the extended amount. The Government reserves the right to enter into
and agreement with other than lowest offeror. The government intends to enter into an
agreement without discussions, nevertheless, the government may communicate with an
offeror in order to clarify or verify information submitted in its offer.
9. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror
Representation and Certifications Commercial, with its offer. FAR 52.212-3 can be
downloaded from the internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the
required representation information, or reject the terms and conditions of the solicitation,
may be excluded from consideration.
10. All FAR Clauses and provisions incorporated by reference may be viewed in full text via
the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/ . The following FAR
clauses are applicable:
52.212-3, Offeror Representations and Certifications -- Commercial Items,
52.212.4, Contract Terms and Conditions Commercial Items, with addendum.
11. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement
Statues or Executive Orders Commercial Items (Jun 2003), applies to this acquisition. The
following FAR clauses under paragraph (b) are applicable:
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002);
52.222-21, Prohibition of Segregated Facilities (Feb 1999);
52.222-26 - Equal Opportunity (Apr 2002);
52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the
Vietnam Era, and Other Eligible Veterans (Dec 2001);
52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998);
52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the
Vietnam Era, and Other Eligible Veterans (Dec 2001);
52.225-13 -Restrictions on Certain Foreign Purchases (Jun 2003); and
52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (May 1999).
NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov. The CCR
number must be obtained before award can be made.
12. If interested, e-mail, fax or mail your offer to the POC stated herein. Your offer must
include the following: (a) written proposal â limited to 1 page; (b) bid schedule, (c)
completed Representations and Certifications âFAR 52.212-3â.
13. Quotations must be received no later than 5:00pm MST, June 6, 2008. The Government
prefers that all offers are e-mailed to the point-of-contact below with solicitation number
(IHS-SOL-0800141) and contractors name listed in the subject block. Facsimile proposals
will be accepted at 602-364-5030. Mail offers/proposals should be mailed to: Two
Renaissance Way, 40 N. Central Avenue, Ste. 507, Phoenx, AZ 85004 ATTN: Jonelle
Clytus.
14. The Government Primary point-of-contact is Jonelle Clytus at 602-364-5020 or
[email protected].
Bid Protests Not Available