Arizona Bids > Bid Detail

New Brand Name or Equal Hologic 3Dimension Mammography Unit, Archive, Delivery, Installation, Equipment Removal, Trade-In, Service and Preventative Maintenance, IHS, Phoenix Indian Medical Center

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159555954636625
Posted Date: Aug 1, 2023
Due Date: Aug 11, 2023
Solicitation No: RFP-23-PHX-30
Source: https://sam.gov/opp/e2a2ce7604...
Follow
New Brand Name or Equal Hologic 3Dimension Mammography Unit, Archive, Delivery, Installation, Equipment Removal, Trade-In, Service and Preventative Maintenance, IHS, Phoenix Indian Medical Center
Active
Contract Opportunity
Notice ID
RFP-23-PHX-30
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
PHOENIX AREA INDIAN HEALTH SVC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Aug 01, 2023 03:04 pm PDT
  • Original Published Date: Jul 04, 2023 10:13 am PDT
  • Updated Date Offers Due: Aug 11, 2023 04:00 pm PDT
  • Original Date Offers Due: Jul 20, 2023 04:00 pm PDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Sep 11, 2023
  • Original Inactive Date: Aug 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 6525 - IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY
  • NAICS Code:
    • 334517 - Irradiation Apparatus Manufacturing
  • Place of Performance:
    Phoenix , AZ 85016
    USA
Description View Changes

Amendment 9: Trade-In Information



Can we list the trade-ins with serial numbers in the external notes?



Hologic unit serial # 81008132560

Secure Exchange – serial # AS141022155-C

Hologic R2 # C4689

Model # R2SYS-2200

Secure View- serial # 2980913B4934





Amendment 8:



1. Revise Attachment A - SOW Mammography. The changes are marked in red see attachment Amendment 8 Attachment A - SOW Mammography.





Amendment 7: Answer Questions and Extend Offer Due Date



1. Extend Offer Due Date to August 11, 2023 and the time remains the same.



2. There was discussion of removing the UPS from the scope of work, is that change taking place? Yes, we are removing the UPS for the mammography unit. Only included a power surge protector or power conditioner. Goal is to protect the equipment from generator testing.



3. You requested images via. CD in your scope of work. The images are way too large to burn on a CD. They are also too large to burn on a DVD, however it may possible we could do multiple and make it work. Usually for this type of request we use a Thumb Drive (from a trusted source) or a link to a box folder. The box folder would be our first choice, very easy to manage. Yes multiple CD’s or DVDs are fine. No thumb drives. PIMC does not have access to a box folder.





Amendment 6: Questions, Responses and Images



1. If you decide to continue utilizing your existing Mammotome, our understanding is you will still need a guidance system to perform stereotactic biopsies (for Hologic, Affirm Upright). Can you please revisit this topic with your clinical team for clarification? Yes, we will need a breast biopsy guidance system. It is added back into this requirement. The Brevera system is removed.



2. Can you please identify in Terabytes, the amount of data you are requesting to be moved from the existing SecurXchange to the new SecurXchange? It is between 10 and 15 TB.



3. Could you please provide pictures of the room from different perspectives, including sinks, cabinets, and other relevant details (UPS)? See attachments email, Images.



4. From your response to our previous question, you advised that, “Only training to biomedical onsite at PIMC”. Training for biomeds is held at our training facility in Marlborough, MA. This allows participants to complete break and fix; something you don’t want to replicate on your new system. They would also have access to the appropriate training equipment. Is this acceptable? We added clarification to be onsite/remote/online/web training.



5. Is your current system connected to an Uninterruptible Power Supply (UPS)? If so, can it be utilized for the new system? If not, it is important to be aware that the UPS for the gantry must be installed 10ft away. The approximate dimensions of the UPS are 18"X36"X39", with a weight of up to 750-800lbs. If required for your new system, have you identified a suitable location for its installation? Could you please share pictures of intended location (or current location)? No current UPS device. Yes, area has been identified. See attachment image UPS location.jpg. We plan to remove the old film light box and install the UPS there. This mammo reading room is next to the mammo room.



See attachment Amendment 6, Questions, Responses and Images.



See attachmetn Amendment 6 Attachment A - SOW Mammography







Amendment 5:





The purpose of this amendment is to add Site Visit and extend due date.

1. Add Site Visit on Wednesday, July 26, 2023 at 1:00 PM for the contractors to view mammography equipment and ask questions.

Location: Phoenix Indian Medical Center, 4212 North 16th Street, Phoenix, AZ 85016, Ground Floor, Engineering Conference Room

Contract Specialist: Donovan Conley, 602-364-5174, Donovan.Conley@ihs.gov

Contracting Officer: Jeremy Steel, 602-364-5264, Jeremy.Steel@ihs.gov



2. Extend Offers Due Date from 7/31/2023 to 8/4/2023 and time will remain the same.





Amendment 4:



a. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for IHS Hospitals and/or Medical Centers. No remanufactures or gray market items will be acceptable.



b. Vendor shall be an OEM authorized dealer, authorized distributor or authorized reseller for the proposed equipment and/or services contracts for maintenance of applicable equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM’s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the supplies, equipment and/or services contracts for maintenance of equipment shall be in accordance with the OEM terms and conditions.



c. The delivery of gray market items to the IHS in the fulfillment of an order/award constitutes a breach of contract. Accordingly, IHS reserves the right to enforce any of its contractual remedies. This includes termination of the contract or, solely at IHS’s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to an IHS hospital and/or medical facility upon discovery of such items.





Amendment 3 Questions and Responses



1. For this Salient Characteristic: Breast Biopsy guidance system including all accessories/adaptors – Q: We understand the facility has a Mammotome Revolve, to meet this requirement should a new Mammotome Revolve be included in our quote, or should we include the adapters to connect to the existing Mammotome they already have? See Amendment-2 Attachment A – SOW Mammography update, this was removed.

2. Can the customer provide the serial number and install date of their current equipment being traded in? Dimensions 2D/3D unit: 81008132560, Date installed 2013

3. Section 4: Training



1. Item B – they request “advanced follow-up training for (4) four MRI Radiologic Technologists, and Radiologists as pertinent.” Q: Could this be a typo? We’re confused why they would be requesting training on a mammo unit for an MRI tech. See Amendment-2 Attachment A – SOW Mammography update, this was updated.



2. Item C – “Training associated with proprietary Service Repair call systems, if applicable.” Q: Is this requesting that vendors include Biomed training? See Amendment-2 Attachment A – SOW Mammography update, this was updated.



3. Item E – “Training off site at contractor’s training facility for (4) four Radiologic Technologists.” Is this a typo as well? Are they asking about Biomed training again here? Even if not, can we get clarity if they want to send 4 mammo techs (even though they only have 1 mammo tech) to do off site training? Usually this is done on site after installation. See Amendment-2 Attachment A – SOW Mammography update, this was updated.



Amendment 2 Questions



• The scope of work for the training section states that there are 4 techs. Will all 4 techs be able to attend the trainings together? Or will the trainings need to be broken up? Techs can attend together.

• Some of the Hologic applications training (biopsy) is for 3 techs & 3 rads but may be able to accommodate 4 techs. However our apps specialist is able to only give credits to 3 techs due to the ASRT. Will all 4 techs require credits for all trainings? We only have 2 mammo tech.

• How many radiologists will need training? 3 Radiologist independent.

• For the initial apps training, the apps specialist will train the techs how to use RIS, PACS, MWL, etc. Will the additional 5-8hr days still be required for Section 4B? This is a typo and will be updated to read PACS Administrator and Radiologist.

B. Five (5) eight-hour days of onsite training on the Mammography unit and all components following integration to Radiology Information System Package (RPMS) and PACS and/or as needed for advanced follow-up training for (2) two PACS Administrators and Radiologists as pertinent:

a. As a minimum, Mammography unit training should include: DICOM (MDWL, Store, Query/Retrieve, and Print) functionality training, application training, any proprietary QA/QC testing in digital environment, and system administrative configuration procedures;



• In the SOW, Section 4B, states 4 MRI techs, is that correct? Typo – correction made

• 4C states “Training associated with proprietary Service Repair call systems, if applicable.” Should the cost of biomed training be included? If so, how many? 4 biomedical staffing – correction made.

• 4D states “Six months (unlimited) Remote/Online/Web training as needed”, is the expectation that this training is with a “live” apps specialist or can they be on-demand training videos? On demand training videos.





The contractor shall provide delivery, setup, commissioning, supervision, labor, parts, materials, tools, supplies (with the exception of Government furnished supplies listed), and equipment necessary to provide a Mammography Unit with 2D and 3D Imaging, Upright Biopsy Unit, PACS Archive and Artificial Intelligence Software.

Do you have a construction/turnkey contractor your facility prefers to works with? We will require one for de-install/install. No we do not have any contractor in mind.

If any walls, ceilings or floors are patched, they must be patched in a manner approved by OSHA for lead shielding.

Generally mammo rooms are not lead lined, can you confirm if it is? Would the end user like to keep the system layout (how the workstation & gantry are positioned) they currently have, if it is able to accommodate for biopsy? Knowing this info will help determine if patching will be needed & assist with estimated cost. We can leave the layout the same.

Physicist inspection/testing following the installation to ensure that the “Mammography Unit” and all components meet Federal regulatory requirements

Is there a specific physicist the facility currently works with & prefers? PIMC has used Uday Rao, hubrao@gmail.com, but you are free to use anyone. They must submit all credentials, training, 2D and 3D certification, CME to meet FDA MQSA standards, Contractor to provide a copy of physicist credentials to include Mammography license, diploma, Mammography training CME, and resume to COR.

h. Power Surge Protection and Uninterrupted Power Supply

The contractor will provide and install Power Surge Protection and Uninterrupted Power Supply with each unit. The intent of the Power Surge Protection and Uninterrupted Power Supply is to protect the equipment from unintended damage to the equipment. Power surges may include lightning strikes, PIMC generator testing, city power electrical fluctuations, or any other cause of a power surge. Contractor will recommend the unit size needed and install the units.

Please confirm that you are referring to power surge protection & UPS for the acquisition workstation & the gantry. We currently offer a UPS for the acquisition workstation. We want the entire system covered with UPS and surge protection, except the archive. The archive will be installed in the PIMC IT area in the basement where it has its own electrical set up and power supply.

E. Training off site at contractor’s training facility for (4) four Radiologic Technologists.

Hologic does not provide applications training for RTs at our training facility. We do provide training for biomeds though. Are you requesting biomed training? We removed the RT training off site. Only training to biomedical onsite at PIMC.





See revised attachment Amendment-2 Attachment A – SOW Mammography





Amendment 1, Questions and Responses



1) The current stereo suite utilizes a prone biopsy table, does the department intend to continue use of prone biopsy alongside upright biopsy or change to all upright biopsy moving forward? Our goal is to move toward an upright biopsy chair. We may or may not continue use of the biopsy table or continue for one or two more years.



2) Department purchased comparable biopsy system (Mammotome Revolve) in 2018. Are you aware that the Revolve biopsy system is compatible with all upright mammography units including the Hologic 3Dimensions? We were not aware and have since revised to SOW to remove the biopsy system from the requirement. We will still require the upright biopsy chair.



3) Revised SOW, see Attachment Amend-1 Attachment A – SOW Mammography



4) Extend Offer Due Date to July 31, 2023 and no changes to time.





New Brand Name or Equal Hologic 3Dimension Mammography Unit, Archive, Delivery, Installation, Equipment Removal, Trade-In, Service and Preventative Maintenance

Indian Health Service (IHS), Phoenix Area Office (PAO), Division of Acquisition Management (DAM)

Place of Performance: Phoenix Indian Medical Center (PIMC), Phoenix, AZ



(i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 and FAR 15.1 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued.



The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation, to the responsible offeror whose offer is conforming to the “Brand Name or Equal” synopsis/solicitation where best value is expected when utilizing Trade-Off procedures in accordance with FAR 15.101-1.



(ii) Solicitation number is #RFP-23-PHX-30 and is issued as a Request for Proposals (RFP).



(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04, Effective 06/02/2023.



(iv) This requirement is restricted to Indian Economic Enterprises Small Business (ISBEE)/Native Owned Small Busiess (NOSB) and the associated NAICS Code is 334517 with size standard of 1,200 employees.



(v) The Contract Line Items (CLINs) are listed on Price Schedule. Offers shall enter all prices for all the CLINS on the Price Schedule. Not providing prices for all CLINS items shall make your offer non-responsive to the solicitation.



FAR 52.211-6, Brand Name or Equal - All items must comply and must have the alike salient characteristics of the items stated below, to include technical documentation to support products being offered as equal items.

See Attachment A - Price Schedule.



(vi) The Indian Health Service (IHS), Phoenix Area Office (PAO), Division of Acquisition Management (DAM) intends to procure for New Brand Name or Equal Hologic 3Dimension Mammography Unit, Archive, Delivery, Installation, Equipment Removal, Trade-In, Service and Preventative Maintenance.



(vii) Delivery and acceptance terms for this contract award is FOB Destination. Delivery Addresses: Phoenix Indian Medical Center, 4212 North 16th Street, Bldg-9, Phoenix, AZ 85016, Attention: Brian Numkena



Delivery is 90 days or sooner After Receipt of Order.



(viii) Addendum to FAR 52.212-1, Instructions to Offerors – Commercial Items (Oct 2018).

1. Adherence to Instructions: The offeror must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in an offer being ineligible for award. The offerors proposal shall consist of three (3) separate electronic volumes: Electronic Volume I – Technical Proposal, Electronic Volume II – Price Proposal, and Electronic Volume III – Past Performance Information. Offers, including all required documents, must be submitted to the Contact Specialist, Donovan Conley, to Donovan.Conley@ihs.gov. Documents must be prepared and labeled according to the format below or offers may be deemed NONRESPONSIVE per section, “6. Proposal – General Information (Proposal Format Submission)”. Please reference section “ADDENDUM to FAR 52.212-2 - Evaluations - Commercial Items” for additional information about Evaluation factors for this solicitation. Documents must be properly executed and submitted not later than the close of business of the offer due date which is July 20, 2023 at 4:00 PM MST (AZ Time). No questions will be taken after July 20, 2023 12:00 PM MST (AZ Time). Only electronic offers will be emailed to Donovan.Conley@ihs.gov. Any submission of offers after the closing date of the July 20, 2023 at 4:01 PM MST (AZ Time) will not be accepted for consideration.



2. Exceptions to Terms and Conditions: Offerors must clearly identify any exception to solicitation terms and conditions and provide accompanying rationale.



3. Registration in System For Award Management (SAM): In order to be eligible for contract award offerors must be registered in SAM at https://www.sam.gov. Contractor shall submit a full complete PDF copy from SAM.gov showing registration.



4. Proposal – General Information (Proposal Format Submission):



a. The offer shall consist of three (3) separate electronic volumes:

• Electronic Volume I – Technical Proposal

• Electronic Volume II – Price Proposal

• Electronic Volume III - Past Performance Information



b. Documents must be fully responsive to and consistent with the following.

• Solicitation requirements

• Page formatting. Incorrectly formatted pages and excess pages will not be read or evaluated, and will be removed from the proposal.



c. Electronic Copy:

• Must be in Adobe (.pdf), Microsoft Word version 2013 for Volume 1 and 3. Volume 2 shall be in Excel 2013 or earlier format.



d. Evaluation Criteria: See provision ADDENDUM to FAR 52.212-2 – Evaluations - Commercial Items in Paragraph (ix).



5. Electronic Volume I – Technical Proposal:

A. Technically Acceptable

B. Product Performance

C. Image Quality



6. Electronic Volume II – Price Proposal:



The price proposal shall be specific, complete in every detail, and separate from the technical and past performance proposal. Complete and submit pages 1, and Attachment A Price Schedule with Electronic Volume II – Price Proposal. Contractor shall state in their proposal that the quote shall remain effective for 120 calendar days after close of solicitation.

7. Electronic Volume III – Past Performance Information:



Offerors are required to furnish one to three current, or recently completed Federal, State, local government, or private contracts under which you have provided the same or similar services required in this solicitation within the last five (5) years. Provide contact name, date of performance, and point of contact, telephone number, fax number and e-mail address. Past performance will be reviewed to assure that the offeror has relevant and successful performance history. Contractor shall notify all references that have been provided to the IHS for their solicitation and respond within 1 business day of email or telephone contact by the Service Unit.



Past Performance reference format:

Contract Business Name:______________________________________________

Contract Address:___________________________________________________

Contract COR/POC Name, Email, and Phone Number:_______________________

Contract Number/Contract Award Date:___________________________________

Contract Description:__________________________________________________

Contract Cost including Options: _________________________________________

Comments:__________________________________________________________



(ix) Addendum to FAR 52.212-2, Evaluation – Commercial Item (Oct 2014).

METHOD OF AWARD: Award will be made on a firm fixed price basis and will be based on all the factors as shown above. The Government intends to make an award based on initial offers, without discussions. As such, Contractors are encouraged to submit their best proposal as their initial offer. While the Government intends to award based on initial offers, the Government reserves the right to open discussions with all Contractors within the competitive range should the Contracting Officer make a determination that discussion would be in the best interest of the Government.



The contract will be awarded to the offeror that presents the best value to the government. Technical and past performance when combined are greater in importance than price.



The evaluation process shall proceed as follows:



Initially, all technical proposals submitted by offerors will be evaluated. The past performance information provided will be validated by contacting the offeror’s submitted information. The price proposal will be evaluated to determine a fair and reasonable price. An award shall be made to the offeror whose proposal represents the best overall value to the Government.



The following factors shall be used to evaluate offers:



TECHNICAL EVALUATION FACTORS:



A. Technically Acceptable



Each offeror will be evaluated on product offered using the following Salient Characteristics on Attachment A Scope of Work Mammography, Paragraph A.1, Equipment and Salient Characteristics.



Contractor is to submit supporting specification documents with proposal.



B. Product Performance



a. The product should have a reliability of 98% or higher uptime, submit documents.

b. Contractor is to submit supporting documents with quote on product performance.

c. Contractor may offer a site visit for PIMC Technologist to operate and take patient demo exams, observed by PIMC Radiologist. Site visit will consist of 3 hours or less and must be within 40 miles of PIMC.

d. Contractor may offer a site visit for PIMC Radiologist to view images on DICOM imaging monitors at the site of the demonstration.



C. Image Quality



Image quality that demonstrates clear images that clearly demonstrate the anatomy and pathology of the studies. Images are to be acquired by the product being offered in this solicitation. Provide 3D images if available.



Study Description

Bilateral Mammogram with Tomosynthesis Fatty Breasts - Normal





Bilateral Mammogram with Tomosynthesis Dense Breasts - Normal

Bilateral Mammogram with Tomosynthesis Heterogeneously Dense Breasts - Normal

Bilateral Mammogram with Tomosynthesis Nodule in Dense or Heterogeneously Dense Breast

Study Description

Bilateral Mammogram with Tomosynthesis w/ Magnification views Microcalcifications in Dense or Heterogeneously Dense Breast

Bilateral Mammogram with Tomosynthesis w/ Magnification views Microcalcifications in Fatty Breast

Images are to be submitted on a CD in DICOM format with quote. Images are to be common everyday results from equipment being proposed. Images are not to be enhanced beyond the normal common usage of the machine.



D. Service



Each offeror will be evaluated on the service plan using the standards as follows. The Government will focus on the emergency/nonemergency repair and preventive maintenance plan offered.



(1) Contractor maintains Monday through Friday, 8 am to 4 pm response to service calls and contractor responds within 1 to 4 hours of the initial service call and contractor has repaired equipment on site within 48 hours of the service call.

(2) Contactors detailed document on Preventive Maintenance and Emergency Repair/Nonemergency Repair services for equipment.

1. Contractor detailed Quality Control Program (QCP).

2. Contractors ability to respond to an Emergency Repair/Nonemergency repair request.



Contractor is to submit service plan documents with quote.



E. Training



Each offeror will be evaluated on the training plan using the standards as follows. The Government will focus on the training plan offered.



a. Equipment training should include as a minimum: application training, warmup procedures, emergency shutdown procedures, any proprietary QA/QC testing procedures, and system administrative configuration procedures.

b. Radiology Information System Package (RPMS) and PACS and/or as needed for advanced follow-up training as a minimum: Equipment training should include: DICOM (MDWL, Store, Query/Retrieve, and Print) functionality training, application training, any proprietary QA/QC testing in digital environment, and system administrative configuration procedures.

c. Each facet of the contractor’s training program (described below):

i. Staff training prior to installation of the equipment.

ii. Availability of contractor’s educational staff to answer questions during the training process and after clinical implementation.

iii. Quality of contractor’s staff training material; this includes written, visual, digital, and on-line training and refresher programs. The on-line programs must interface with our facility’s existing on-line staff education and competency documentation program.



Contractor quote is to submit training plan information with offer.



Rating System Standards and Definitions:



The definitions below reflect the Government assessment of solicitation compliance and the expected results on the offeror's proposed approach. The rating focus on strengths and weaknesses of the Contractor’s technical proposal based on the Technical Ratings below:





TECHNICAL RATINGS

Rating Description

Exceptional Contractors response meets all contract requirements for evaluation factor and exceeds many to the Governments Benefit.

Very Good Contractors response meets contract requirements for evaluation factor and exceeds some to the Governments Benefit.

Satisfactory Contractors response meets contract requirements for evaluation factor.

Marginal* Contractors response does not meet some of the contract requirements for the evaluation factor. Response reflects a serious deficiency to meet the government’s requirements which may or may not be correctable

Unacceptable Contractors response does not meet any of the contract requirements for the evaluation factor. Response reflects serious deficiency to meet the government’s requirements which are not correctable.



*Marginal: A rating of marginal will be considered as Unacceptable and will not be considered for award.



PAST PERFORMANCE EVALUATION FACTORS:

A. Contractor should have experience as stated in Attachment A, B, C in a private practice and/or hospital for at least the minimum years in the specialty of their field (see Attachment A, B, C). The lack of experience at an Indian Health Service, Service Unit should not discourage a potential Contractor from submitting an offer. Past performance evaluation will consider reliability of past performance information, source of information, and the relevance of information. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating.



B. Offeror shall submit at least two or more similar or same scope of contracts with government agencies and private industry in terms of quality of work, compliance with performance schedules. In addition, PPIRS and FAPIIS data may be used for evaluations.



The following adjectival rating system will be used by the Government to determine the overall past performance rating of each proposal:



Past Performance Rating

Rating Description

Very Low Risk Offer's past performance record provides essentially no doubt that the offeror will successfully perform the required effort.

Low Risk Offer's past performance record provides little doubt that the offeror will successfully perform the required effort.

Moderate Risk Offer's past performance record, although satisfactory, provides some doubt that the offeror will successfully perform the required effort.

High Risk Offeror's past performance record provides substantial doubt that the offeror will successfully perform the required effort.

Neutral/Unknown Risk The offer has no relevant past performance record. A thorough search was unable to identify any past performance information.



PRICE:



Cost/price will be evaluated for reasonableness. The price must represent what a prudent person would pay when consideration is given to prices in the market. An award shall be made to the offeror whose proposal represents the best overall value to the Government.



The price proposal shall be specific, complete in every detail, and separate from the technical proposal. The price proposal shall be submitted on enclosed pages of Price Schedule, Schedule of Supplies/Service and shall contain all information relative to cost and pricing. (Also submit pricing information as indicated in Attachment F Price Schedule).



The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if a later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. The Government may exercise its right to award without discussions.



Contractor shall state in their proposal that the quote shall remain effective for 120 calendar days after close of solicitation.



(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2018), with its offer.



FAR.217-5 Evaluation of Options (Jul 1990)

FAR 216-1 Type of Contract (Apr 1984), The Government contemplates award of a Firm-Fixed Price award resulting from this solicitation.





(xi) FAR 52.212-4 Contract Terms and Conditions – Commercial Items (Oct 2018) applies to this acquisition.

Addendum to FAR 52.212-4 (g) Invoices.

1. Invoices: Invoices shall be submitted in ARREARS:

a. Quarterly [ ]

b. Semi-Annually [ ]

c. Other [X] After shipment of equipment CLINS and service (monthly) of all CLINS.



2. Invoicing Instructions:

Invoicing will be completed electronically at www.ipp.gov or any successor site. Note: The IPP Helpdesk is itservicedesk@fiscal.treasury.gov



HHSAR Clause 352.232-71 Electronic Submission of Invoice Payment Requests (Feb 2022)



(a) Definitions. As used in this clause -- Payment request means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), ‘Content of Invoices’ and the applicable Payment clause included in this contract.

(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests

electronically using the Department of Treasury Invoice Processing Platform (IPP) or successor system.

Information regarding IPP, including IPP Customer Support contact information, is available at

www.ipp.gov or any successor site.

(c) The Contractor may submit payment requests using other than IPP only when the Contracting Officer authorizes alternate procedures in writing in accordance with HHS procedures.

(d) If alternate payment procedures are authorized, the Contractor shall include a copy of the Contracting Officer's written authorization with each payment request.

(END OF CLAUSE)



Contracting Officer Representatives (COR): Brian Numkena, brian.numkena@ihs.gov

Technical Point of Contact (TPOC): TBD

Contractor Administrator: Donovan Conley, Donovan.Conley@ihs.gov



(xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Jun 2023), see attachment Clauses and Administrative Data.



(xiii) Additional attachment for this commercial solicitation and Site Visit.

Attachments, 61-Pages:

1. Scope of Work Mammography Refresh, 3-pages

2. Attachment A – Scope of Work Mammography, 5-pages

3. Attachment B – Performance Work Statement Service and PM, 6-pages

4. Attachment C – VistA Imaging DICOM Modality Interface August 2022, 38-pages

5. Attachment D – ISA DEA Template, To be completed after award, 8-pages

6. Attachment E – Price Schedule, 1-page

7. Attachment F – Clause and Administration Data, 7-pages

8. Attachment G – 2023 Tax Exemption Letter, 3-pages



(xiv) n/a



(xv) Proposals are due by 4:00 PM MST on July 20, 2023. Email the proposal volumes to Donovan.Conley@ihs.gov. Questions are due before July 20, 2023 at 12:00 PM MST. Offeror must confirm IHS receipt of their proposal.



You are reminded that representatives from your company SHALL NOT contact any PIMC employees to discuss this RFP during this RFP solicitation process. All questions and concerns regarding this RFP shall be directed to the Donovan Conley at Donovan.Conley@ihs.gov or Jeremy Steel at Jeremy.Steel@ihs.gov.

(xvi) Contract Administrator is Donovan Conley, Contracting Specialist, Donvan.Conley@ihs.gov.






Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 2 RENAISSANCE SQ, 40 N CENTRAL AVE SUITE 600
  • PHOENIX , AZ 85004
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >