Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2003 FBO #0681
SOLICITATION NOTICE

Q -- Physical Therapist Services

Notice Date
10/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Bureau of Prisons, FBOP - Field Acquisition Office, U. S. Armed Forces Reserve Complex 346 Marine Forces Drive, Grand Prairie, TX, 75051
 
ZIP Code
75051
 
Solicitation Number
RFQ-21451-0073
 
Response Due
11/7/2003
 
Archive Date
2/15/2004
 
Point of Contact
Freelon Payton, Contracting Officer, Phone (972) 352-4514, Fax (972) 352-4545,
 
E-Mail Address
fpayton@bop.gov
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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 and a written solicitation will not be issued. (ii) The solicitation for physical therapist services is being issued as a Request for Quotation. The Request for Quotation Number is 21451-0073. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 2001-16. (iv) This is a small business set-aside and the associated NAICS code is 621340, and the small business size standard is $6,000,000. The Small Business Competitiveness Demonstration Program is not applicable to this acquisition. (v) The list of contract line item are: (0001) Physical Therapist Services, 192 one hour sessions, Base Year from date of Award through September 30, 2004. (0002) Physical Therapist Services, 192 one hour sessions, Option Year One from October 1, 2004 through September 30, 2005. (0003) Physical Therapist Services, 192 one hour sessions, Option Year Two from October 1, 2005 through September 30, 2006. (0004) Physical Therapist Services, 192 one hour sessions, Option Year Three from October 1, 2006 through September 30, 2007. (0005) Physical Therapist Services, 192 one hour sessions, Option Year Four from October 1, 2007 through September 30, 2008. (vi) STATEMENT OF WORK: The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas intends to award firm-fixed-unit-price requirement type contract for the provision of physical therapist services at the Federal Correctional Institution located at Doughboy Loop, Fort Dix, New Jersey 08640. (viii) The FAR provision at 52.212-1, Instructions to Offeror-Commercial Item, is applicable to this acquisition. The addenda for FAR provision 52.212-1 reads: In accordance with FAR 12.302(a), the provision at 52.212-1 is hereby tailored to modify the following elements of the provision. At paragraph (c), ?Period of Acceptance of Offers,? is deleted in its entirety; it has been determined to be not applicable to this acquisition. At paragraph (i), ?Availability of requirements document? cited in the solicitation, is deleted in its entirety; it has been determined to be not applicable to this acquisition. SUBMISSION OF QUOTES: Sealed offers shall be submitted on or before the quote deadline of November 7, 2003. Offers shall be submitted to the following address: Federal Bureau of Prisons, Field Acquisition Office, U.S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, Texas 75051, Attn: F. Payton, III, Contracting Officer. Mailed and hand-carried offers must be delivered to the Contracting Officer at the specified address no later than the time specified as the deadline for receipt of quotes. The official point of receipt for hand-carried offers will be a the first floor reception area of the address specified. Offers received after the quote deadline will not be considered. The offers quotes shall include: page 1, Contractor?s name, address, telephone and facsimile number, page 2, contract pricing for base and four one year option periods, copies of diploma from technical school/college, copy of current license, copy of current insurance certificate, completed FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, business references to include present and previous references, address and telephone number of reference (no more than three (3) references), contract number, and financial references (financial institution?s name, address, telephone and facsimile number, point of contact). AWARD METHODOLOGY: The Government intends to make a single award to the offeror, pursuant to an affirmative determination of responsibility, whose quote, conforming to the solicitation, is determined to be in the best interest of the Government, considering price only. 52.233-2, Service of Protest (AUG 1996), (a) Protests, as defined in Section 33.101 of the Federal Acquisition Regulation, that are filled directly with an agency, and copies of any protests that are filled with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Hugh J. Hurwitz, Procurement Executive, Federal Bureau of Prisons, 320 First Street, NW, Room 5006, Washington, DC 20534 (b) The copy of any protest shall be received in the office designated above within one day of filling a protest with the GAO. (ix) The FAR provision at 52.212-2, Evaluation-Commercial Item, is applicable to this acquisition. Paragraph (a) of this provision shall be deleted in its entirety. (x) The FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, is applicable. The Offerors are required to submit a completed copy of the provision at the time the offer is submitted. (xi) The FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, is applicable to this acquisition. Addendum to FAR 52.212-4, the terms and conditions for the following clauses are hereby incorporated into this solicitation and resulting contract as an addendum to FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items, (Oct 2003). Pursuant to FAR 52.252-2, the following clauses are incorporated by reference: 52.204-4, Printed or Copied Doubled-Sided On Recycled Paper (AUG 2000); 52.217-8, Option to Extend Services (Nov 1999). The Contracting Officer may exercise the option by written notice to the Contractor by the last day of the current performance period. 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor by the last day of the current performance period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. 52.224-1, Privacy Act Notification (APR 1984). 52.224-2, Privacy Act (APR 1984). 52.228-5, Insurance - Work on a Government Installation (JAN 1997). 52.232-18, Availability of Funds (APR 1984). 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984). 52.237-7, Indemnification and medical Liability Insurance (JAN 1997). The Contractor shall maintain during the term of the contract liability insurance issued by a responsible insurance carrier of not less than the following amount(s) per occurrence: Professional Medical Liability: $100,000 per occurrences. 52.253-1, Computer Generated Forms (JAN 1991). 52.216-18, Ordering (Oct 1995), (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from the first day of the effective contract period through the last day of the effective contract period. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19, Order Limitations (Oct 1995), (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $25.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of 30 sessions; (2) Any order for a combination of items in excess of 192 sessions; or (3) A series of orders from the same ordering office within seven days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within five days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-21, Requirements (Oct 1995), (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated" or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after the last day of the effective contract period. CONTRACTING OFFICER?S TECHNICAL REPRESENTATIVE (COTR) (JAR 2852.201-70)(JAN 1985), (a) Tushar B. Patel, Federal Bureau of Prisons, Fort Dix, NJ is the Contracting Officer under this contract. (b) The COTR is responsible, as applicable, for: receiving all deliverables, inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual Scope of Work; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment. (c) The COTR does not have the authority to alter the contractor?s obligations under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If as a result of technical discussions it is desirable to alter/change contractual obligations or the Scope of Work, the Contracting Officer shall issue such change. (xii) The FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Item, is applicable to this acquisition. Also, additional clause cited in this clause is applicable as follows: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). (5) (i) 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) (15 U.S.C. 644); 52.219-8, Utilization of Small Business Concerns (OCT 2000) (15 U.S.C. 637(d)(2) and (3)); 52.219-9, Small Business Subcontracting Plan (JAN 2002) (15 U.S.C. 637(d)(4)); 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)); 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (JUN 2003) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). Price evaluation adjustment for Small Disadvantaged Business Concerns shall be 10%; 52.222-3, Convict Labor (JUN 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.225-16, Sanctioned European Union Country Services (FEB 2000) (E.O. 12849); 52.232-33, Payment by Electronic Funds Transfer-- Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). (xiii) SPECIAL CONTRACT CONDITIONS - TYPE OF CONTRACT. The Government contemplates award of a firm fixed price contract resulting from this solicitation. The resulting contract will include four 12-month options periods for renewal at the unilateral discretion of the government. Pursuant to FAR 17.203(b), the government?s evaluation shall be inclusive of options. Pursuant to FAR 17.203(d), offerors may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. Offerors are advised that the Government has the unilateral right to exercise options periods in accordance with FAR 43.103(b) and 52.217-9, Option to Extend the Term of the Contract, and 52.217-8, Option to Extend Services. CONTRACT ADMINISTRATION: Contracting Officer Responsibility: Authority to negotiate changes in terms, conditions, or amounts cited in this contract is reserved to the Contracting Officer. This responsibility may be delegated to an Administrative Contracting Officer by the Contracting Officer. Ordering Official: Task orders may be issued only by the Contracting Officer, Administrative Contracting Officer, or an ordering official for FCI Ft. Dix with an appropriate certificate of appointment or a delegation of authority. Task Order: Task orders under this contract may be issued in the form of a BOP purchase document. The Contracting Officer will designate in writing a Contracting Officer?s Technical Representative (COTR) who will be responsible for: 1) Monitoring the technical progress, including surveillance and assessment of performance and issuing technical changes; 2) Interpreting Statement of Work and/or Scope of Services; 3) Technical evaluation as required; 4) Technical inspection and acceptance; 5) Assisting in the resolution of technical problems encountered by the contractor during performance; 6) Monitoring funds available for obligation; 7) Ensuring that resultant invoices and payments are processed in a timely manner, and; 8) Assisting in resolution of administrative problems encountered by the contractor during performance. SCHEDULE OF REQUIRED INSURANCE: As required by FAR Clause 52.228-5 entitled ?Insurance-Work on a Government Installation,? and 52.237-7 entitled ?Indemnification and Medical Liability Insurance, ? the contractor shall, at its own expense, provide and maintain during the entire performance of the resulting contract, at least the kinds and minimum amounts of insurance required as listed: Professional Medical Liability: $100,000 per occurrence; Automobile Liability: $200,000 per person, $500,000 per occurrence for bodily injury, $20,000 per occurrence for property damage; and Worker?s Compensation and Employers Liability: $100,000. The required worker?s compensation insurance shall extend to cover employer?s liability for accidental bodily injury or death and for occupational disease with a minimum liability of $100,000. Comprehensive General Liability: $500,000 per occurrence for bodily injury. This insurance shall include contractor? protective and liability. Before commencing work under this contract, the contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required coverage shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government?s interest shall not be effective (1) for such period as the laws of the state in which this contract is to be performed, or (2) until 30 days after insurer or the contractor gives written notice to the Contracting Officer, whichever period is longer. The contractor shall insert the substance of this clause, including this paragraph, in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain insurance required in the schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractor?s proofs of required insurance, and shall make copies available to the Contracting Officer upon request. PRIVACY ACT NOTIFICATION: This contract requires the contractor, on behalf of the institution, to provide health care and report requested medical records and financial information to the BOP. The contractor must provide information requested under this contract. The BOP will use the information for financial, legal, research, and health care procedures. Disclosure of this information may be made by the BOP to: fiscal intermediaries; the Office of Workers? Compensation Programs, Department of Labor; the Department of Justice for their representation of the United States; and for Congressional inquiry; quality assessment; medical audit or utilization review; billing third parties for the payment of care; analytical and evaluation studies; to federal or state agencies as required by law; and research purposes supported by the BOP. Disclosure of the appropriate medical record information without prior consent of the subject patient may be made by you to: another provider of health care treating the same patient; a federal or state agency as required by law such as the reporting of communicable diseases, births, deaths, or the commissions of crimes (e.g., gunshot wounds, rape, child abuse or neglect, alcohol or drug abuse, etc.); designated fiscal intermediaries; and billing third parties for the payment of care not reimbursed by the institution. The contractor must forward all other requests for information to the COTR. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition. (xv) Note number one(1), small business set-aside. (xvi) All quotes (offers) are due on November 7, 2003 at 2:00 p.m. (CST). All responsible sources may submit a quotation which shall be considered by the agency. (xvii) All questions regarding this solicitation should be addressed to F. Payton, III, Contracting Officer at (972) 372-4514.
 
Place of Performance
Address: Federal Correctional Institution and Federal Prison Camp, Fort Dix, New Jersey
 
Record
SN00448762-W 20031009/031007213049 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.