Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
SOLICITATION NOTICE

Q -- X-Ray Technician

Notice Date
5/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
621498 — All Other Outpatient Care Centers
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Milan, PO Box 9999 4004 East Arkona Road, Milan, MI, 48160
 
ZIP Code
48160
 
Solicitation Number
41702-055
 
Response Due
6/15/2004
 
Archive Date
6/30/2004
 
Point of Contact
Peter Boss, Supervisory Contract Specialist, Phone 734-439-1511, ext. 328, Fax 734-439-3608,
 
E-Mail Address
pboss@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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation #041702-055 (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 14. (iv) This procurement is set-aside for Small Business. (v) Provide a Diagnostic Radiologic Technologist to work within the Federal Correctional Institution. 100 Sessions @ ___________________ = ___________________________ Duties include but are not limited to: Performance of medical speciality care in Radiologic Technology. Evaluation and performance of Radiologic examinations as referred by the medical staff. Development and filing of films, housekeeping of equipment, Quality Assurance testing, and documentation with written reports. PROGRAM REQUIREMENTS: A SESSION is defined as a (4) hour period of time. The Contractor will provide approximately 5 sessions per week however, shall not exceed 10 sessions per week Specific times/dates will be determined by the COTR. Partial sessions will not be authorized nor reimbursed. Normal work hours will be between 8:00 am and 4:00 PM. THIS IS A REQUIREMENTS CONTRACT. THE CONTRACTOR WILL BE SCHEDULED AS NEEDED BY THE GOVERNMENT. THE NUMBER OF SESSIONS IS NOT GUARANTEED. Contractor will have a specifically assigned time for performance each week. Actual dates of performance will be coordinated by a Contracting Officers Technical Representative. The Contractor will not be reimbursed for lunch breaks, travel time or security related delays or impairments. The Contractor will not attend Institution or Department functions, either social or work related. Contractor will be escorted into a correctional facility to the Health Services Area. Contractor may not leave area without escort. Contractor will be in contact with convicted felons. Contractor shall conduct themselves in an appropriate manner at all times, will follow all rules and regulations of the facility, and report any infractions to the medical staff. Contractor must attend a orientation prior to entering secure facility. Reimbursement for time spent will be contingent upon passing of security background clearances and will be at the contract rate, prorated hourly. QUALIFICATIONS: Contractor must be a licensed Radiologic Technician able to practice in Michigan. GENERAL: All equipment and supplies will be provided by the government. Award will be to the most responsible, responsive bidder offering the best value. Contractor performance will be closely monitored. THIS RESULTING CONTRACT DOES NOT CONSTITUTE AN EMPLOYEE/EMPLOYER RELATIONSHIP; THEREFORE, THE CONTRACTOR WILL NOT BE SUBJECT TO DIRECT GOVERNMENT SUPERVISION, EXCEPT FOR SECURITY RELATED MATTERS. THIS IS NOT A PERSONAL APPOINTMENT. THEREFORE, PAYMENT IS BASED ON THE PROVISION OF AN END PRODUCT OR THE ACCOMPLISHMENT OF A SPECIFIC SERVICE. This will be a Firm Fixed Price Contract. SECURITY REQUIREMENTS: THE RESULTING CONTRACT DOES NOT CONSTITUTE AN EMPLOYEE/EMPLOYER RELATIONSHIP; THEREFORE, THE CONTRACTOR WILL NOT BE SUBJECT TO DIRECT GOVERNMENT SUPERVISION, EXCEPT FOR SECURITY RELATED MATTERS. HOWEVER, COMPLETION OF DUTIES WILL BE REQUIRED AND MONITORED BY THE COTR. THE CONTRACTOR SHALL ATTEND AN INSTITUTION ORIENTATION AND PASS SECURITY BACKGROUND CHECKS, TO INCLUDE BUT NOT LIMITED TO:(1) URINALYSIS (2) NCIC (3) NACI (4) DOJ-99, NAME CHECK (5)FD-258 (6) LAW ENFOREMENT CHECK (7) VOUCHERING OF PAST EMPLOYERS (8) OPM-329-1, RELEASE OF INFORMATION. (vi) DELIVERIES WILL BE ON A "DELIVERY ORDER" BASIS. NO FEDERAL HOLIDAYS Quantity is an estimate only (vii) Delivery to begin with 10 days of Contract Execution and continue on a delivery order basis until September 30, 2004, FOB Milan, Michigan, (Destination) (viii) The provisions at 52.212-1, Instructions to Offers-Commercial, applies to this acquisition. (ix) 52.212-2, Evaluation - Commercial Items, - Price (x) Offerors are to provide a copy of 52.212-3, Offeror Representations and Certifications-Commercial Items, with offer. (xi) Clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. 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. Such orders may be issued from June, 2004 through September 30, 2004 . (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. (End of clause) 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 10 sessions, 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 items listed in (v) above; (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 3 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. (End of clause) 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 September 30, 2004. (End of clause) (xii) Payment will be made net 30 days ARO by electronic funds transfer or Government Credit Card. Unless otherwise annotated. (xiii) Offers are due June 15, 2004 close of business EST. (xv) Contact Peter J. Boss (734) 439-1511 x328, Fax (734) 439-3608.
 
Place of Performance
Address: Federal Correctional Institution, 4004 East Arkona Road, P.O. Box 9999, Milan, Michigan
Zip Code: 48160
Country: USA
 
Record
SN00591941-W 20040527/040525211903 (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.