Combine Solicitation – PATHOLOGY TRANSCRIPTION SERVICE
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: PATHOLOGY TRANSCRIPTION SERVICE
Classification Code: R - Professional, administrative, and management support services
Solicitation Number: N00259-16-T-0206
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address):
Place of Performance (zipcode): 92134-5000
Place of Performance Country: US
Description:
Naval Medical Center San Diego
The proposed contract action is for commercial item, which the Naval Medical Center San Diego intends to solicit this requirement as 100% small business set-aside. This is a combined solicitation/synopsis for commercial items, prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-16-T-0206 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 561410. All interested bidders shall submit quotations electronically by email to [email protected] or by facsimile at 619-532-5596, attention
Contractor must be registered to the System for Award Management (SAM) prior to award. The website address for SAM registration is www.sam.gov
Contractor MUST complete FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, when submitting a proposal. The website address is http://www.acquisition.gov. DELIVERY ADDRESS: Naval Medical Center San Diego,
52.204-7 System for Award Management (
All responsible sources may submit a quotation which shall be considered by the agency.
AVAILABILITY OF FISCAL YEAR 2017 FUNDS.
THE GOVERNMENT OBLIGATION MADE HEREUNDER IS CONTINGENT UPON THE ENACTMENT OF THE FISCAL YEAR 2017 APPROPRIATION ACT.
THIS ORDER IS ISSUED SUBJECT TO THE 2017 DOD APPROPRIATION ACT OR AN EXTENDED FISCAL YEAR 2015 CONTINUING RESOLUTION ACT AND IS SUBJECT TO ALL PROVISIONS OF WHICHEVER ACT BECOMES APPLICABLE. THE CLAUSE 52.232-18 REFERENCED HEREIN APPLIES TO THIS CONTRACT.
Naval Medical Center
The dictation must cover all types of Pathology workload for the
2.2.3 Off-site Transcriptionist The Contractor must enter transcription data directly into
Performance Objective Performance Standard AQL% Monitoring Method SOW Transcribed Reports 4 hours 95% Daily reports submitted The completion of all dictations or receipt of hard-copy documents must be within 4 hours when received by
The Quality Assurance Plan will conform to the following requirements: a) A random sample of 5% of completed pathology reports from the previous month must be forwarded in a zipped, password protected file to the COR by the third business day of the new month for review. b) The COR or designated representative in Anatomical Pathology reviews the reports for spelling and grammatical errors. The line count of the completed report is compared to the same report in CoPath to verify consistency of line counts. c) The Contractor must provide a monthly Quality Assurance report to the COR by the third day of the month that includes percentage of grammatical errors, spelling errors, and average line count for the previous month. d) The COR will respond to the Contractor within 5 business days with the results from the Quality Assessment review. e) Any discrepancies are addressed by the Contractor within 5 business days of notification and corrective action communicated to the COR. Corrections or any rework of errors or discrepancies must be performed at no additional charge to the Government. 8.0 PERIOD OF PERFORMANCE See Schedule. 9.0 PERSONAL SERVICES NON PERSONAL SERVICES STATEMENT Contractor employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the statement of work. Contractor employees will perform their duties independent of, and without the supervision of, any Government official or other Defense Contractor. The tasks, duties, and responsibilities set forth in the contract may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the
QASP Naval Medical Center
Requirement/ Desired Outcome: Deliverables.
Performance Standards: All deliverables IAW the SOW should be accurate and timely.
Acceptable Quality Level (AQL): The Contractor must ensure that completed transcription is medically consistent and accurate in content. This requires an extensive knowledge of medical terminology, including but not limited to anatomy, pharmacology, surgical procedures, laboratory values, etc. The Contractor must analyze transcription for accuracy and meaning to ensure transcribed report is an accurate representation of the dictated report. The Contractor must, in all cases possible, ensure that the demographic information at the top of each report is complete using information provided by the Government. Contractor must ensure completed work contains no more than two (2) spelling, grammar, punctuation, or typographical errors and omissions per page prior to returning the final output to originator. Completed work containing more than two (2) errors or omissions on any single page must be considered unacceptable and subject to correction by the Contractor at no additional cost to the Government. Contractor must provide an Acceptable Quality Level Assessment Report quarterly for the individual services pertaining to outputs dealing with summary of line count, timeliness of delivery, use of correct format, provision of original reports, specified number of copies, and other performance requirements and acceptable levels of quality.
Monitoring Method: Government Review and Approval of Deliverables identified in the SOW.
Note: If performance fall below the AQL defined above, the COR shall document the instance(s), coordinate with the Contracting Officer and advise the Contractor. The Contractor will be requested to review the documentation and provide a written response on how performance will be corrected in the future. Re-performance on any work for failure to perform in accordance with the specified AQL or task requirement shall be borne at the Contractor's own expense and at no cost to the Government.
Link/URL: https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-16-T-0206/listing.html
Combine Solicitation – Extremity Coil Annual Maintenance
The Free Lance-Star, Fredericksburg, Va., Getting There column
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News