Mobile MRI
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format
in FAR (Federal Acquisition Regulations) Subpart 12.6, as supplemented with additional information
included in this notice. This announcement constitutes the only solicitation; proposals are being
requested and a written solicitation will not be issued.
The solicitation number is RFQ75H7622Q00006 The solicitation document incorporated provisions
and clauses are those in effect through FAC (Federal Acquisition Circular) 2022-05 03-07-2022.
This solicitation is a Single award IDIQ base plus four (05/01/2022 to 04/30/2023 w/4 one year
options), small business set- aside NAICS code is 621512 -Diagnostic Imaging Center
The unit pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe
benefits, federal, state, and local taxes) plus all other costs pertinent to the performance of this
contract. Utilize your most competitive and reasonable rates.
The period of performance will be from Date of Award for one year as base period with four option
years.
INSTRUCTION TO OFFERORS: Proposal must contain the following documents to be considered
responsive and eligible for an award:
Complete the attached FAR and HHSAR (Health and Human Services Acquisition Regulations)
provisions and clauses applicable to this acquisition, including:
FAR 52.212-1 - Instructions to Offerors -Commercial Items (NOV 2021) This must be submitted by
the Offeror. See attachment for full text.
FAR 52.212-2 - Evaluation - Commercial Items (NOV 2021).
The Government will award a contract resulting from this solicitation to the best value in
consideration to the government. The following factors shall be used to evaluate offers:
The basis for award will be based on '"' Lowest Price Technically Acceptable". This is a
competitive solicitation and the offer your firm submits will be used by the Indian Health Service to
determine, which offer is the "Best Value" to the government. Be advised that the quantities listed
within are, "estimates only" and it is not the intent of IHS to be obligated to order the "quantities".
FAR 52.212-3 - Offeror Representations and Certifications -Commercial Items (NOV 2021).
This must be completed by the Offeror. See attachment for full text. The Offeror shall complete only
paragraph (b) of this provision if the Offeror has completed the annual representations and
certification electronically via the System for Award Management (SAM) website accessed throughhttp://www.acquisition.gov. If the Offeror has not completed the annual representations and
certifications electronically, the Offeror shall complete only paragraphs (c) through (q) of this
provision.
FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (NOV 2021) (Incorporated by
Reference; and
FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders
- Commercial Items (JAN 2022).
The full text of a clause may be accessed electronically at:
https://www.acquisition.gov/?q=browsefar
Proposals are due on April 14, 2022 @ 12:00 PM CST Submit proposals to:
Quentin N Burdick Memorial Healthcare Facility
Attn: Phyllis Gourneau, Contract Specialist
PO Box 160
1300 Hospital Loop
Belcourt, North Dakota
Telephone: 701/477-6111 ext. 8419
Facsimile: 701/477/2527
E-mail: phyllis.gourneau@ihs.gov
Note to the Proposed Contractor:
OIG Exclusion List
SECURITY CLEARANCE
Performance of this contract will require routine access by employees of the Contractor
or its subcontractors to facilities or systems controlled by the Indian Health Service
(1.H.S.). Before starting work requiring routine access to I.H.S. facilities or systems
each person must complete a FBI National Criminal History Check (Fingerprint Check)
adjudicated by an I.H.S. employee using the Office of Personnel Management
Personnel Investigations Processing System. Contractors shall allow five business days
for I.H.S. processing of fingerprints taken electronically at an I.H.S. site and thirty
business days for non-electronic processing of fingerprints using FBI Form FD-258. A
list of I.H.S. sites with electronic fingerprint capability is available from the Contracting
Officer.
In addition, no Contractor or subcontractor employee shall be permitted to perform
work under this contract if listed on the HHS Office of Inspector General List ofExcluded Individuals/Entities (LEIE), http://exclusions.oig.hhs.gov As soon as
practicable prior to the start of work, the performance of the work the Contractor shall
provide to the Contracting Officer the names of all individuals to be used in
performance of work for screening against the LEIE. During the performance, the
Contractor shall provide the Contracting Officer the names of any additional or
substitute employees for screening before they begin work.
The Contractor is responsible for conducting security preclearance investigations in
sufficient depth to ensure that each Contractor or subcontractor employee referred to
I.H.S. is not on the LEIE and can obtain a favorable fingerprint clearance. Each
security preclearance shall be conducted sufficiently in advance of the start of
performance to avoid delays caused by denial of access. If this is a Time and
Materials, Labor-Hour or Cost Reimbursement contract, the contractor shall not charge
for or be reimbursed for labor hours or other costs incurred for employees who are
unable to perform due to denial or access or the excess time required to resolve and
clear unfavorable security clearance findings. If this is a Fixed Price contract, denial of
access due to security clearance findings shall not be a basis for excusable delay or an
increase to the contract amount.
Government will pay for the cost to process the contractors suitability clearances.
However, multiple investigations for the same position may, at the Contracting Officers
discretion, lead to reduction(s) in the contract price of no more than the cost of the
extra investigation(s).
Employees that DO NOT have access to LMS, contractors, volunteers, or IHS
employees with IPA's or MOA's to tribal organizations please, click here IHS Sexual
Abuse Prevention website.
https://www.ihs.gov/sexualabuseprevention/training/
When the contractors have completed and passed the training, please have them send
a copy of the last page of the training with Name, Date, and Time to their Supervisor,
COR, and Kimmen LeBeau, e-mail: Kimmen.LeBeau@ihs.gov