Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 26, 2003 FBO #0759
SOLICITATION NOTICE

Q -- Podiatrist Services, MDC Brooklyn

Notice Date
12/24/2003
 
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
RFQ21451-0019
 
Response Due
1/15/2004
 
Archive Date
2/29/2004
 
Point of Contact
Doug Fear, Contract Specialist, Phone (972) 352-4530, Fax (972) 352-4545,
 
E-Mail Address
rfear@bop.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in Federal Acquisition (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. RFQ 21451-0019 is issued as a request for quotation. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2001-18. The North American Industrial Classification System Code is 621391. The small business standard is $6.0 Million. This solicitation is 100% set-aside for small business. The Government intends to make a single award of a firm fixed price contract. Award will be made to the quoter who submits the most advantageous offer to the Government based on price, technical capability, and past performance. GENERAL REQUIREMENTS: The Federal Bureau of Prisons (BOP), Metropolitan Detention Center (MDC), located at 80 29th Street, Brooklyn, New York, has a requirement for non-personal Podiatry Services for the period of a base year with four (4) twelve (12) month option periods for renewal. Award is estimated to be on or about January 28, 2004 with the performance period beginning on or about February 27, 2004, allowing 30 days from the date of award to begin performance. DESCRIPTION OF SERVICES The contractor shall provide the professional medical services of a board certified podiatrist that is licensed to practice in New York State. The contractor or individual providing these services shall perform podiatry evaluations, assessments, and render diagnoses based on these evaluations. All evaluations and treatment shall be performed as requested by the health care provider staff, on the individuals remanded to the care and custody of the Federal Bureau of Prisons and the U.S. Marshals Service, who are housed at the Metropolitan Detention Center-Brooklyn. The Podiatry services include the following: Perform podiatry evaluations, diagnoses, and treatment at the Metropolitan Detention Center for individuals housed in the custody of the Department of Justice. Document all assessments, evaluations, treatments, and procedures on the consultation report form provided by the Metropolitan Detention Center. All reports of consultation shall be signed by the individual performing the service. The signature shall be authenticated, by typing or stamp, adjacent to the signature. This authentication shall bear the full name of the contractor, including title, rank (if applicable), and position. The signature and authentication shall be clearly visible and legible on the original and all copies of the consultant report or correspondence. All reports of consultation shall be completed at the time of service. All reports, consultations, documentation, and correspondence must be clearly legible, with no abbreviations. Possess and maintain current CPR certification. PLACE OF PERFORMANCE The place of performance will be at the Health Services Department located at the Metropolitan Detention Center, Brooklyn. SCHEDULE The schedule will consist of approximately 26 sessions per year. A session is defined as eight (8) patients. The Contractor will provide services for approximately one session every other week, Monday through Friday, exclusive of holidays. Total hours worked may not exceed thirty (30) per week, Monday through Friday. These services may be provided on an as needed basis, and the contractor is subject to call for services from the Metropolitan Detention Center, Brooklyn. SUPPLIES All supplies that are needed by the contractor in the performance of professional services, will be provided by the Metropolitan Detention Center, Brooklyn. These supplies normally include medical assessment equipment, and material for recording information within the structured format. Specialty equipment shall be brought to institution by the provider. All medical data remains the property of the Metropolitan Detention Center, Brooklyn. METHOD OF PERFORMANCE The services provided are professional in nature, and will be commensurate with JCAHO Standards of Care. The methods utilized will meet medical practices established in the local community. These services, although not directly supervised, will be reviewed periodically by a physician or staff at MDC Brooklyn. The performance of these services will be monitored by the Contracting Officer?s Technical representative (COTR) and/or his/her designee. The individual providing the services of this contract shall have graduated from an accredited school of podiatry. The contractor shall possess and maintain a valid and current license and registration for the medical practice of podiatry in the State of New York. The contractor shall provide evidence of licensure, certification, and registration by providing original documentation (original signatures, copies of credentials and documents will not be accepted). Original documentation of license and registration shall be required for review by the Contracting Officer at any time during the period of this contract. Award of this contract shall be contingent upon credential verification conducted by the Armed Forces Institute of Pathology or other national credential verification agency or organization. PATIENT MANAGEMENT The contractor will be responsible for receiving patients and explaining procedures to alleviate undue anxiety, submitting reports and evaluations as requested. The contractor will be responsible for following directives and complying with Bureau of Prison?s (BOP) Health Services Manual, MDC Brooklyn institutional mandates and the Health Service unit?s policies in the management of all patient encounters. The contractor will not be responsible for the management of inmates. SPECIAL CONTRACT CONDITIONS/CONTRACT SECURITY/INVESTIGATIVE REQUIREMENTS. The following requirements apply to those individuals delivering services inside the institution. 1. National Crime Information Center (NCIC) check; 2. DOJ-99 (name check); 3. FD-258 (fingerprint check); 4. Law Enforcement Agency checks; 5. Vouchering of Employers over past five years; 6. Resume/Personal Qualifications; 7. OPM-329-A (authority of release of information), and; 8. NACI check (if applicable), and; 9. Urinalysis test (for detection of marijuana and other drug usage), and; 10. Residency Requirement Certification Form Each prospective contractor is advised that a urinalysis test is required (for detection of marijuana and other drug usage) prior to performance. If the proposed contract is with an individual, and if the test is positive, the proposed contractor shall be disqualified from being awarded the contract. If the proposed contract is with a company and the individual(s) assigned to perform the work tests positive, the individual(s) shall be excluded and the proposed contractor shall provide acceptable replacement personnel Subject to the same security requirements. Contractor employees will be allowed access to the institution at the sole discretion of the Chief Executive Officer (CEO). The Contractor agrees to adhere to all regulations prescribed by the institution in regards to the safety, custody, and conduct of inmates. The Contractor will report any infractions of institution rules and regulations by the inmates to the Health Services Administrator, the Contracting Officer?s Technical Representative, or an other medical staff member. The contractor shall be in compliance with 8 CFR 274a regarding employment of aliens. The Contractor or their designated personnel shall attend a one time orientation program, consisting of approximately four (4) hours, prior to performing any services at the institution. The date and time for this orientation will be mutually agreed upon by both parties, and reimbursement for attendance will be at the contract rate. RESTRICTIONS ON CONTRACTORS/WORKERS The Contractor shall not: 1. Supervise inmates 2. Supervise Bureau of Prisons staff 3. Participate in inmate accountability 4. Requisition, sign for, or pick up supplies 5. Formulate policy or procedures 6. Attend meetings, recalls or staff functions. The residency requirement applies to both individuals and employees of companies providing services to the Federal Bureau of Prisons. For three of the five years immediately prior to submission of your offer/bid/quote, individuals or contractor employees providing services must have: 1. resided in the United States (U.S.); 2. worked for the U.S. overseas in a Federal or military capacity; or 3. been a dependent of a Federal or military employee serving overseas. DEPARTMENT OF JUSTICE RESIDENCY REQUIREMENT CERTIFICATION FORM The residency requirement certification must be completed and returned with the offer/bid/quote for individuals applying for a contract. Companies must submit a completed certification for each of their employees performing work, prior to performance. In order to facilitate the clearance process, companies should submit the certifications as soon as it is apparent which employees will be performing the work but no later than one week prior to performance. Documentation to substantiate residency may be requested at any time prior to award for contracts with individuals, and prior to performance for awards to other than individuals. I certify that for three of the five years immediately prior to responding to this solicitation, I have: 1) resided in the United States (U.S.); 2) worked for the U.S. overseas in a Federal or military capacity; or 3) have been a dependent of a Federal or military employee serving overseas. Name of Vendor/Individual, Date, Signature of Individual OTHER PROVISIONS In accordance with the Federal Bureau of Prisons? Acquisition Policy, Part 37.103(c), the following provisions are applicable to the work being performed under this contract: a. the service is a contractual arrangement to provide nonpersonal health care services under which the contractor is an independent contractor and not a personnel appointment; b. payment shall be based on the provision of and an end result or the accomplishment of a specific result; c. the service does not constitute an employer/employee relationship; d. the Contractor will not be subject to Government supervision, except for security related matters. However, Contractor performance shall be closely monitored; e. There are no wage rates for Podiatrist Services. This service is considered professional in nature; f. The Contractor agrees to ensure that the designated personnel reports to work in professional attire which excludes sneakers, denim jeans, blouses that expose cleavage, etc.,and; g. Government may evaluate the quality of professional and administrative services provided, but retains no control over the medical, professional aspects of services rendered. In order to ensure proper preparation of Contractor payment vouchers, all hours must be documented by the Contractor, showing hours worked each visit. Documentation shall be on a ?Log of Consultants Visit? form (located in the Heath Service Department) with each entry being signed by the Contractor. PAST PERFORMANCE: a.) Identify existing or past contracts, within the past three years, with terms and conditions the same or similar to those in this solicitation. Include contract number, point of contact, and telephone number. b.) Provide any information encountered during performance of those contract that would have an adverse rating, and the steps taken to correct the adverse rating. OFFERORS ARE REQUIRED TO INCLUDE A COMPLETED COPY of the provision 52.212-3, Offeror Representations and Certifications Commercial Items with their offer. The Government will make award based on technical compliance and price. The following FAR clauses apply to this acquisition: 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition, (Period of acceptance of offers) is deleted as not applicable; 52.212-4, Contract Terms and Conditions Commercial Items; 52.216-18, Ordering (from the first day of the effective contract period through the last day of the effective contract period); 52.216-19, Order Limitations ((a) $50.00, (b) (1) the yearly estimated quantity (2) the yearly estimated quantity (3) 30 days); 52.216-21, Requirements (after the last day of the effective contract period); 52.217-8, Option to Extend Services (Contractor prior to expiration of the current performance period); 52.217-9, Option to Extend the Term of the Contract ((a) Contractor by the last day of the current performance period, at least 60 days before the contract expires (c) five years); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central Contract Registration; 52.224-1, Privacy Act Notification; 52.224-2, Privacy Act; 52.228-5, Insurance - Work on Government Installation; 52.232-18, Availability of Funds; 52.232-19, Availability of Funds for the Next Fiscal Year; 52.233-2, Service of Protest, Procurement Executive, Procurement Executive?s Office, Federal Bureau of Prisons, 320 First Street, RM 5006, Washington, DC 20534; 52.237-7, Indemnification and Medical Liability Insurance, $1,000,000 per occurrence, and; 2852.201-70 of the Justice Acquisition Regulations (JAR), Contracting Officer?s Technical Representative (a) Stephanie Middleton, Health Services Administrator, MDC Brooklyn. Contractor, if an individual other than a corporation, upon contract award must complete several Human Resource Management Forms. The forms are referenced as follows: Direct Deposit (SF-1199A); Federal/State/City/County tax forms (as applicable); Employee Locator Form (DOJ-233); Race and National Origin Identification (SF-181); Self-Identification of Handicap (SF-256), and; Employment Eligibility Verification (I-9). The contractor can offer discount payment terms for prompt payments. An award made to an individual resulting from this solicitation is not subject to 52.212-4(i), Prompt Payment Act. When award is made to an individual the provision of these services has been determined to meet certain criteria for creating a common law employment relationship. Therefore, the BOP is responsible for the payment of FICA taxes (7.65%) and the withholding of the individual employee?s taxes. These responsibilities apply only when award of this solicitation is made to an individual. It does not apply to companies or individuals who are incorporated. For evaluation purposes, an additional 7.65% will be added to the price submitted by individuals who are not incorporated. 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: $1,000,000 per occurrence, and; Worker?s Compensation and Employers Liability: $100,000. The required workers compensation insurance shall extend to cover employers 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. Clauses may be viewed or downloaded by accessing the website at: http://www.arnet.gov. All responsible sources may submit an offer which will be considered for award. NO SOLICITATION DOCUMENT WILL BE ISSUED. Submission of Quotation: On letterhead or business stationary, the following information is required: session price Session estimate is not a representation to a quoter or contractor that the estimated quantity will be required or ordered or that conditions affecting requirements will be stable or normal. Session shall consist of eight patients: BASE YEAR: Effective Date of Award (EDOA) through 12 months. Estimated 26 sessions X $________ session price = $________ OPTION YEAR 1: 13 months from EDOA through 24 months. Estimated 26 sessions X $________ session price = $________ OPTION YEAR 2: 25 months from EDOA through 36 months. Estimated 26 sessions X $________ session price = $________ OPTION YEAR 3: 37 months from EDOA through 48 months. Estimated 26 sessions X $________ session price = $________ OPTION YEAR 4: 49 months from EDOA through 60 months. Estimated 26 sessions X $________ session price = $________ TOTAL INCLUDING BASE YEAR AND ALL OPTIONS $__________ Quotes must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051 on or before 2:00 P.M. Central Standard Time January 15, 2003. Offers may be faxed to 972-352-4545 or e-mailed to rfear@bop.gov. Please call 972-352-4530 to verify receipt of quote.
 
Place of Performance
Address: Metropolitan Detention Center, 80 29th Street, Brooklyn, New York
Zip Code: 11232
Country: USA
 
Record
SN00495547-W 20031226/031224211731 (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.