Arizona Bids > Bid Detail

Brand Name or Equal Siemens Luminos Lotus Max Fluoroscopy and Digital Radiography Unit, Siemens YSIO X.pree Digital Radiography Unit and Siemens Mobilett Elara Max Mobile Digital Radiography Unit, Delivery, Installation, Configuration, Service Agreement

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159992555483735
Posted Date: Dec 22, 2023
Due Date: Jan 23, 2024
Source: https://sam.gov/opp/b2964376aa...
Follow
Brand Name or Equal Siemens Luminos Lotus Max Fluoroscopy and Digital Radiography Unit, Siemens YSIO X.pree Digital Radiography Unit and Siemens Mobilett Elara Max Mobile Digital Radiography Unit, Delivery, Installation, Configuration, Service Agreement
Active
Contract Opportunity
Notice ID
RFP-23-PHX-25
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?

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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Dec 22, 2023 06:57 am MST
  • Original Published Date: Jun 15, 2023 05:12 pm MDT
  • Updated Date Offers Due: Jan 23, 2024 04:00 pm MST
  • Original Date Offers Due: Jul 15, 2023 05:00 pm MDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 29, 2024
  • Original Inactive Date: Sep 01, 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 15, Location for UPSs and Extend Offer Due Date



The purpose of this amendment is to add revised Scope of Work for location of UPSs on page-9, paragraph-K, and sub-paragraph a and b. Add Attachment I - Basement Drawing for UPSs.



We have extended offer due date to January 23, 2023 and time remains the same.



All other provision shall remain unchagned.





Amendment 14, Site Visit and Extend Offer Date



1. Add third Site Visit on Thursday, December 14, 2023 at 1:00 PM for the contractors to review the locations of the UPSs, Power Conditions and ask questions concerning the Scope of Work from Amendment 13. If your company is interested on attending the Site Visit you can email me at Donovan.Conley@ihs.gov.



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



2. Extend offer due date to January 15, 2024 and time remains the same





Amendment 13: Extend Offer Due Date and Add Revised Scope of Work



The purpose of this amendment is to extend offer due date to December 31, 2023 and time changes to Mountain Standard Time. We have attached Amendment 12 Attachment A Scope of Work.





Amendment 12: Extend Offer Due Date



The purpose of this amendment is to extend offer Due Date to November 30, 2023 and time remain the same.



All other provisions shall remain unchanged.





Amendment 11: Extend Offer Due Date



The purpose of this amendment is to extednd offer Due Date to October 31, 2023 and time remains the same.



All other provisions shall reamin unchanged.





Amendment 10, Electrical Information



Provided by current Utility Provider. The two 2000 kva transformers that feed PIMC itself are connected together. So, the maximum fault current at the main service is about 74,000 amps phase to phase. The impedance for each transformer is 6.8%.



The maximum fault current at switchgear MSE is 26,111 amps from the utility. The max fault current from the generators is 15,270 amps. With the generators connected, the max fault current at XHE is 9,034. With the utility connected, it’s 11,888 amps.





Amendment 9: Revise Attachment A - Scope of Work and Extend Offer Due Date



The purpose of the amendment is to add revised Amendment 9 Attachment A - Scope of Work RF DR Portable and Extend Offer Due date to September 30, 2023. The offer due date time shall remain the same.





Amendment 8: Questions to Contractors



1. Contractors to provide description of elements that need to be included in the impedance study? This would be things like number of samples, does it need to be conducted while the units are running, etc.? This is outside of my expertise, so we'll need specific guidance from the contractor on what they need.



2. From the contractor, we also need the space requirements for the UPS. This square footage measurement will need to include unit size, required arc flash distances, and distances related to any codes (with code references). We need to know the total amount of space we'll need for these units.





Amendment 7: Extend Offer Due Date



The purpose of this amendment is to extednd offer Due Date to August 25, 2023 and time remains the same.



All other provisions shall reamin unchanged.





Amendment 6: Voltage Information for PIMC Facility



The purpose of this amendment is to provide Voltage information for the PIMC Facility as requested from the Second Site Visit. See 11 attachments for Amendment-6.





Amendment 5: Second Site Visit and Grey Market Prevention Language



The purpose of this amendment is to add second Site Visit and add Grey Market Prevention Language.



1. Add second Site Visit on Wednesday, July 26, 2023 at 1:00 PM for the contractors that were unable to make the first Site Visit. Also, the other contractors are welcome to the second Site Visit for questions and to review fluoroscopy rooms again.



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. Grey Market Prevention Language

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.



See attachment Amendment 5 Second Site Visit and Grey Market Prevention Information





Amendment 4: Questions and Responses:



1. Question for the site: Confirm BioMed Training is to be included in the quotation? Yes, we will include Biomedical training.



2. Question for the site: Can Secure File Exchange be used for the images? If not, where should the CD with the images be sent? Mail to: Indian Health Service, 40 North Central Avenue, Ste 507, Acquisition Department, Phoenix, AZ 85004, Attention: Donovan Conley, 602-364-5174, Donovan.Conley@ihs.gov



3. Question for the site: Would it be possible to extend the due date for the images specifically to give us more time to compile? We have created Amendment 3 to extend RFP-23-PHX-25 from July 15, 2023 to August 7, 2023.



4. Please confirm what room numbers each of the new systems will be going into. Room 1 – M-102 (Digital Radiology), Room 2 – M-95 (Fluoroscopy/Digital Radiology), and Room 3 – M-97 (Fluoroscopy/Digital Radiology).



5. Can you provide electronic CAD files of the rooms? Required in order to develop Site Plan (Turn Key) Costs. Without the requested information, a turn-key quotation cannot be submitted with the RFQ response. PIMC engineering does have older pdf drawings 15 years and older. Nothing new and no CAD drawings.



6. Regarding the ISA_DEA Template, it appears this would be something that would be completed after award or during installation. Can you confirm this does not need to be completed and returned with the solicitation response? This can be done after award (only required for remote access). If no remote access is offered then the ISA_DEA Template is not needed.



7. For the customer, can Secure File Exchange be used for the images? If not, where should the CD be sent? Mail to: Indian Health Service, 40 North Central Avenue, Ste 507, Acquisition Department, Phoenix, AZ 85004, Attention: Donovan Conley, 602-364-5174, Donovan.Conley@ihs.gov



8. Question for the site: Can we get an overall extension of at least 3-4 weeks, since we do not yet have all the information we need to submit our response? We have created Amendment 3 to extend RFP-23-PHX-25 from July 15, 2023 to August 7, 2023.



9. Is a full a full system UPS being requested, or a UPS that covers the workstation in case of power outage? Full system coverage to protect the system (computers/fluoroscopy computers/motherboards).



10. If a full system UPS is required, has space outside the system room been identified to store it? No space outside the room has been identified.



11. Regarding the surge protector, has space outside the system room been identified to store it? No space outside the room has been identified.



12. Room drawings (nearby fluoro, remote fluoro, Xray). PIMC engineering does have older pdf drawings 15 years and older. Nothing new and no CAD drawings.



13. Trade in information (Model number, serial number, date of manufacture). SOW identifies model and serial numbers. Contractor will identify other information during removal.



14. Some Philips team members are out for the holiday/PTO, need an extra week to complete the proposal. Can we plan to submit our paperwork on July 21? We have created Amendment 3 to extend RFP-23-PHX-25 from July 15, 2023 to August 7, 2023.



15. See attachment Amendment 4 Questions and Responses.





Amendment 3: Change RFP-23-PHX-25 due date from July 15, 2023 to August 7, 2023. All other provision shall remain the same.





Amendment 2: The purpose of this Amendment is to attach revised Attachment B - Performance Work PM and Repair Amend 2. All other provisions shall remain unchanged. See attachment Attachment B - Performance Work Statement PM and Repairs Amend 2.





Amendment 1: The purpose of this Amendment is to input attachment Scope of Work Digital Radiology Refresh. All other provisions shall remain unchanged.





Brand Name or Equal Siemens Luminos Lotus Max Fluoroscopy and Digital Radiography Unit, Brand Name or Equal Siemens YSIO X.pree Digital Radiography Unit and Brand Name or Equal Siemens Mobilett Elara Max Mobile Digital Radiography Unit, Delivery, Installation, Training, Testing, Set-up, Removal of Existing Equipment, Trade-In and Service Agreement.

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-25 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 Brand Name or Equal Siemens Luminos Lotus Max Fluoroscopy and Digital Radiography Unit, Brand Name or Equal Siemens YSIO X.pree Digital Radiography Unit and Brand Name or Equal Siemens Mobilett Elara Max Mobile Digital Radiography Unit, delivery, installation, training, testing, set-up, removal of existing units, Trade-In and service requirements.



(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 120 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 14, 2023 at 4:00 PM MST (AZ Time). No questions will be taken after July 14, 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 14, 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

D. Service

E Training



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 R&F, DR and Portable, Paragraph A, Sub-Paragraph I.A.B.C, Fluoroscopy and Digital Radiography Unit, Digital Radiography Unit and Mobile Digital Radiography Unit.



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, metal artifact reduction, dose reduction, spatial resolution. Images are to be acquired by the product being offered in this solicitation.



Study Description Criteria

See Attachment Combined Synopsis-Solicitation RFP-23-PHX-25 for detail informaiton.

All images must be submitted with dose amount, patient weight, age, and sex. Images are to be submitted on a CD in DICOM format with quote. Images are to be normal 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 “24/7/365” 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 both Computer Tomography and Injector equipment.

1. Contractor detailed Quality Control Program (QCP).

2. Contractors ability to respond to an emergency repair request at night and weekends.



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: Statement of Work in a private practice and/or hospital for at least the minimum years in the specialty of their field (see Attachment A, B, C: Statement of Work for minimum years). 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, provision of qualified persons to client both at time of award and to replacement of Contractor persons. 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 performance (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:

1. Scope of Work Digital Radiology Refresh

2. Attachment A – Scope of Work R&F, DR, and Portable

3. Attachment B – Performance Work Statement PM and Repair Services

4. Attachment C – VistA Imaging DICOM Modality Interface August 2022

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

6. Attachment E – Radiology Floor Plan

7. Attachment F – Price Schedule

8. Attachment G – Clause and Administration Data

9. Attachment H – 2023 Tax Exemption Letter



FAR 52.237-1 Site Visit (Apr 1984)

Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.



a. The Contractor shall perform a preliminary inspection and assessment of facility. An organized site visit is scheduled at —



Phoenix Indian Medical Center

(Medical Imaging Department)

4212 N. 16th Street

Phoenix, AZ 85016



on June 29, 2023, 10:00 AM MST (Arizona Time).



b. Participants shall coordinate their site visits with the Contract Specialist, Donovan Conley at 602-364-5174, Donovan.Conley@ihs.gov. We will provide more information on the Site Visit meeting location by June 23, 2023. Due to the disruption of facilities and scheduling of staff, only one site visit shall be allowed per the date stated above.

(xiv) n/a



(xv) Proposals are due by 4:00 PM MST on July 15, 2023. Email the proposal volumes to Donovan.Conley@ihs.gov. Questions are due before July 14, 2023 at 4:00 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 >