Search Contract Opportunities

Mobile MRI Unit- Pawnee Indian Health Center

ID: 246-24-Q-0072 • Type: Synopsis Solicitation

Description

Posted: May 17, 2024, 3:03 p.m. EDT

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) # 246-24-Q-0072. Submit only written quotes for this RFQ. This solicitation is a 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. The associated NAICS code is 339112. Questions are due no later than May 13, 2024 at 10:00 AM CST.

This RFQ contains five (5) Line Items:

CLIN

DESCRIPTION

QUANTITY

UNIT

PRICE

TOTAL

Base

Mobile MRI unit onsite 5 days a week in accordance with the attached Scope of work, dated 4/18/24 - 06/01/2024 05/31/2025

255

DA

Option year 1

Mobile MRI unit onsite 5 days a week in accordance with the attached Scope of work, dated 4/18/24 -06/01/2025 05/31/2026

255

DA

Option year 2

Mobile MRI unit onsite 5 days a week in accordance with the attached Scope of work, dated 4/18/24 -06/01/2026 05/31/2027

255

DA

Option year 3

Mobile MRI unit onsite 5 days a week in accordance with the attached Scope of work, dated 4/18/24 -06/01/2027 05/31/2028

255

DA

Option year 4

Mobile MRI unit onsite 5 days a week in accordance with the attached Scope of work, dated 4/18/24 -06/01/2028 05/31/2029

255

DA

PERIOD OF PERFORMANCE: 06/01/2024 05/31/2029 THIS WILL BE A BASE + FOUR OPTION YEARS

Vendor Requirements: SEE ATTACHED SCOPE OF WORK (BELOW)

Submit Quotes no later than: 05/20/2024 10:00 a.m. CDT to the Following Point of Contact: Ronay Burns, Contract Specialist, via Email: ronay.burns@ihs.gov.

Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):

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, with the following Technical Specifications being more important than pricing, and past history.

Best Value (see criteria below)

Pricing

  • A completed pricing schedule shall be submitted. Out years will be included in the price evaluation. (see attached pricing schedule and complete all fields for all years)

Past History Performance

  • Shall provide 3 past history references: Name of the company, Point of Contact and phone number, type of work provided and when.

Technical Specifications

  • Contractor shall offer at minimum a unit that contain battery powered lights (or equivalent) throughout all functional areas within the mobile facility. The lights shall be capable of being automatically activated upon loss of electrical power to the mobile facility.
  • Tech 2 days a week (until the Pawnee tech is comfortable)
  • Non-Ferrous components (Wheelchair, gurney)
  • Service available within 6 hours
  • Ramp and steps
  • The contractor shall conduct preventative maintenance on all equipment in accordance with the manufacturer's recommended schedule. The contractor will maintain that a 95% uptime of the system is kept. There will be no additional charge for time spent at the site during, or after the normal hours of coverage awaiting the arrival of additional FSE and/or delivery of parts.
  • All parts and shipping of parts shall be covered by contractor.
  • The contractor is responsible for keeping the MRI truck and MRI unit up to The Joint Commission Standards.
  • Operator control room and check-in area to include scan room.

VENDORS SHALL SUBMIT THE FOLLOWING:

COMPLETED PRICE SCHEDULE (TO INCLUDE OUT YEARS)

3 PAST HISTORY REFERENCES

DETAILED TECHNICAL SPECIFICATIONS

AART OR ARMRIT CERTIFICATION

VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED

This solicitation will result in a firm fixed price contract 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 Products and Commercial Services (Nov 2023); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Products and Commercial Services (Feb 2024) (to include the following clauses sited): FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Nov 2021); FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023); FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020); FAR 52.204-27. Prohibition on a ByteDance Covered Application (Jun 2023); FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021); FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020); FAR 52.219-8, Utilization of Small Business Concerns (Feb 2024); FAR 52.219-14, Limitations on Subcontracting (Oct 2022); FAR 52.219-27, Notice or Set-Aside for, or sole source award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns eligible under the SDVOSB program. FAR 52.219-28, Post Award Small Business Program Representation (Feb 2024); FAR 52.219-33, Nonmanufacturer Rule (Sep 2021); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2024); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222-35, Equal Opportunity for Veterans (Jun 2020); FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020); FAR 52.222-37, Employment Reports on Veterans (Jun 2020); FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); FAR 52.222-50, Combating Trafficking in Persons (Nov 2021); FAR 52.222-54, Employment Eligibility Verifications (May 2022); FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving (Jun 2020); FAR 52.225-1, Buy American Act-Supplies (Oct 2022); FAR 52.225-13, Restriction on Certain Foreign Purchases (Feb 2021); FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Oct 2018); FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021); FAR 52.217-8, Option to Extend Services (Nov 1999); FAR 52.224-1m Privacy Act Notification (Apr 1984); FAR 52.224-2, Privacy Act (Apr 1984); FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998); FAR 52.252-6, Authorized Deviations in Clauses (Nov 2020); HHSAR 352.203-70, Anti-Lobbying (Dec 2015); HHSAR 352.204-71, Information and Information Systems Security )Feb 2024); HHSAR 352.204-72, Records Management (Feb 2024); HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015); HHSAR 352.224-70, Notification of System of Records Notice (Feb 2024); HHSAR 352.226-1, Indian Preference (Dec 2015); HHSAR 352.226-4, Notice of Indian Small Business Economic Enterprise set-aside; HHSAR 352.226-5, Notice of Indian Economic Enterprise set-aside; HHSAR 352.226-6, Indian Economic Enterprise Subcontracting Limitations; HHSAR 352.226-7, Indian Economic Enterprise Representation; HHSAR 352.232-71, Electronic Submission of Payment Requests; HHSAR 352.239-78, Information and Communication Technology Accessibility Notice (Feb 2024); HHSAR 352.239-79, Information and Communication Technology Accessibility (Feb 2024). The above Provisions and Clauses may be obtained via internet at: https://www.acquisition.gov/, https://www.acquisition.gov/hhsar

Miscellaneous:

NO FAX QUOTATIONS

ELECTRONIC SUBMISSIONS SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (ronay.burns@ihs.gov)

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, UEI, 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.

Posted: May 10, 2024, 11:28 a.m. EDT
Posted: April 30, 2024, 12:08 p.m. EDT
Background
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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) # 246-24-Q-0072. This solicitation is a 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET ASIDE.

Work Details
The Indian Health Services (IHS) has a requirement for a base + 4 year contract that provides a mobile Magnetic Resonance Imaging (MRI) unit for the Pawnee Indian Health Center of the Oklahoma City Indian Health Service (OCAIHS). The mobile MRI unit shall be capable of performing a normal range of MRI procedures to include pulse sequences and physiologic synchronized imaging.

The MRI studies shall be performed within the Contractor's mobile facility on Government property contiguous to Oklahoma City Area Indian Health Care Facilities. The contractor shall provide a mobile MRI truck for the Pawnee Indian Health Center to be onsite 5 days a week. The contractor shall provide a tech to assist with minimal exams no more than 2 days per week until the Pawnee Indian Health Clinic tech is comfortable with all exams. The contractor shall include various components and systems, safety systems, maintenance requirements, and space accommodations within the mobile facility.

Period of Performance
06/01/2024 - 05/31/2029 - THIS WILL BE A BASE + FOUR OPTION YEARS

Place of Performance
Pawnee Indian Health Center of the Oklahoma City Indian Health Service (OCAIHS)

Overview

Response Deadline
May 20, 2024, 11:00 a.m. EDT Past Due
Posted
April 30, 2024, 12:08 p.m. EDT (updated: May 17, 2024, 3:03 p.m. EDT)
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
Place of Performance
Pawnee, OK 74058 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
Experimental
$500,000 - $2,000,000 (AI estimate)
Signs of Shaping
66% of obligations for similar contracts within the Indian Health Service were awarded full & open.
On 4/30/24 Indian Health Service issued Synopsis Solicitation 246-24-Q-0072 for Mobile MRI Unit- Pawnee Indian Health Center due 5/20/24. The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 621512 (SBA Size Standard $19 Million) and PSC Q522.
Primary Contact
Name
Ronay Burns   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 246-24-Q-0072

Question & Answer

Contract Awards

Prime contracts awarded through Synopsis Solicitation 246-24-Q-0072

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 246-24-Q-0072

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 246-24-Q-0072

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 246-24-Q-0072

Additional Details

Source Agency Hierarchy
HEALTH AND HUMAN SERVICES, DEPARTMENT OF > INDIAN HEALTH SERVICE > OK CITY AREA INDIAN HEALTH SVC
FPDS Organization Code
7527-00246
Source Organization Code
100188046
Last Updated
June 4, 2024
Last Updated By
ronay.english@ihs.gov
Archive Date
June 4, 2024