Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2007 FBO #2126
SOLICITATION NOTICE

Q -- Optometrist Services - USP Lee

Notice Date
9/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
621320 — Offices of Optometrists
 
Contracting Office
Department of Justice, Bureau of Prisons, USP Lee County, PO BOX 900 Lee County Industrial Park, Hickory Flats Road, Pennington Gap, VA, 24277, UNITED STATES
 
ZIP Code
24277
 
Solicitation Number
RFQ-11704-0021-07
 
Response Due
10/22/2007
 
Archive Date
3/22/2008
 
Point of Contact
Sabrina Wilson, Contract Specialist, Phone 276-546-0150 x1007, Fax (276) 546-9181, - Diane Keefer, Contract Specialist, Phone 276-546-0150 EXT 1012, Fax 276-546-9181,
 
E-Mail Address
s5wilson@bop.gov, dkeefer@bop.gov
 
Small Business Set-Aside
Total Small Business
 
Description
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. STATEMENT OF WORK - OPTOMETRIST SERVICES GENERAL REQUIREMENTS: The Federal Bureau of Prisons, Contracting Office, USP Lee, Jonesville, Va., intends to award to an individual or company a firm-fixed price type contract for the services of Optometrist which meets the requirements outlined in this statement of work for the inmates housed at the United States Penitentiary (USP) Lee and its satellite camp, hereinafter referred to as USP Lee, located in Lee County, Virginia. General Information regarding the Federal Bureau of Prisons (BOP), its facilities, and referenced Program Statements can be located at www.bop.gov PLACE OF PERFORMANCE: Contract services will be performed on-site in the Health Services Unit at USP Lee located at Lee County Industrial Park, Hickory Flats Road, Pennington Gap, Virginia. SUBJECT: The Contractor will provide basic Optometrist services to the inmate population at USP Lee. These services will be provided in a clinical setting. Contractor shall plan and conduct vision exams for prescription of eyeglasses and other consultant eye exams as requested by the medical staff. REQUIRED SERVICES: The services will be provided to convicted male felons in the custody of the Attorney General of the United States. The contractor shall coordinate activities and work closely with the Clinical Director and or Health services Administrator of the institution in the treatment of inmate patients. The contractor(s) shall be responsible for, but not limited to providing: planning and directing the preventive health program; routine vision exams; develop various teaching aids and preventive methods for the inmate population; eye health as deemed appropriate. Establishes eye health programs to educate the various community groups. Document and maintain records regarding all treatment for inmate patients using standard BOP forms provided. Be knowledgeable of all infection control techniques and applications. SCHEDULE OF PERFORMANCE: The work schedule will normally consist of 21 sessions per month occurring Monday through Friday between the hours of 7:30 am & 4:00 pm, excluding Federal Holidays. Each daily schedule over 6 hours will include a 30 minute unpaid lunch period. 1 session is defined as 1 hour in length. The schedule shall not exceed 8 sessions per day or 21 sessions per month. The schedule is subject to change based on the variable needs of the institution and the unpredictable nature of the correctional environment. Specific dates and times of sessions will be determined mutually between the contractor and the Government. The contractor will be available for emergencies as necessary. Partial sessions are not authorized. SUPPLIES/EQUIPMENT: In recognition of institution security concerns, the supplies and equipment that the contractor may need while at the institution in the performance of the contract will be furnished by and remain the property of the Government. These supplies will normally include any materials needed to perform the services covered under this contract (i.e.: gowns, gloves, surgical masks, safety glasses and personal protective equipment). If the contractor requires special equipment or supplies, a written request may be submitted for consideration by the Health Services Administrator. The contractor will be required to notify the COTR and/or the Clinical Director of material and supply needs sufficiently in advance to ensure adequate levels are maintained. Additionally, the Government will furnish all required Government forms to be used in the performance of services. All records maintained by the contractor under this contract will remain the property of the institution. CERTIFICATIONS AND REQUIREMENTS: The contractor must have a Virginia state license in the field of Optometry . The contractor must also be certified in Cardio-Pulmonary Resuscitation in accordance with the American Red Cross or American Heart Association and provide a copy of his/her certification. The contractor will be required to submit a detailed resume with their quote. The qualified individual selected to perform these services on behalf of the contractor must be identified at the time the quotation is submitted. Failure to submit evidentiary documentation of certifications, qualifications, or the name of a qualified candidate who will perform these services may result in elimination from consideration for award. The contractor must provide a current license to practice in this geographic location. In accordance with the Federal Acquisition Regulation (FAR) 37.401(d), and FAR clause 52.237-7, Indemnification and Medical Liability Insurance, the contractor shall maintain and provide medical liability insurance, in a coverage amount acceptable to the contracting officer, which is not less than the amount normally prevailing within the local community for the medical specialty concerned. The contractor must have a minimum of two (2) years of experience providing Optometrist services. PHYSICAL DEMANDS: The physical demands of this service are sedentary in nature, however, walking, standing, and sitting are required to accomplish the assigned duties. Occasionally the contract provider will be required to lift boxes and equipment. UNIFORM REQUIREMENTS: The contractor must wear appropriate and professional attire at all times. The contractor is responsible for providing his/her own smocks, laboratory coats, surgical scrubs and must be consistent with those worn in the local community. HEALTH REQUIREMENTS: The contractor shall provide a Optometrist who is free of communicable diseases. Any individual who subsequently develops a medical condition which might reasonably be expected to place other workers, inmates, or the public at risk shall be immediately removed from affected activities. In any such case, the contractor shall be responsible, at no additional cost to the institution, for securing the services of any replacement personnel required to perform this contract. METHOD OF PERFORMANCE: The contractor has sole responsibility and discretion for choosing and implementing the manner and method of performing tasks outlined in this Statement of Work as long as the requirements are performed in accordance with the policies referenced, standards and methods generally accepted within the Contractor?s field of expertise. All duties shall be performed in accordance with standards and methods generally accepted within the field of Optometry and in compliance with all Federal and State policy and regulations. The contractor shall be familiar with all standards and regulations associated with the Joint Commission on Accreditation of Healthcare Organizations (JCAHO) and American Correctional Association Foundation/Core Standards for Adult Correctional Institutions. The manner and method of performance is the sole responsibility and within the sole discretion of the contractor, provided, the contractor performs the services in accordance with standards and practices consistent with those in the community. The performance of the contractor shall be unsupervised, but will be monitored by the Contracting Officers Technical Representative (COTR) and maintained in the contract file. The contractor must have the ability to work with an inmate population from a variety of cultural, regional, racial and ethnic backgrounds. PERSONAL CONTACTS: Personal contacts are patients requiring eyeglass screening or other eye exams, para-professional civilians and other Bureau employees. Personal contacts are for the purpose of treating patients, exchanging of ideas with other medical professionals, discussions of vision / eye treatment plans and other daily contacts relative to his/her work. PATIENT MANAGEMENT: Patients shall be accorded impartial access to treatment or accommodations that are available and medically necessary, regardless of race, creed, sex, national origin or religion. Services provided under the sponsorship of the contractor shall be departments/services of the medical department. Staffing shall be commensurate with the expected needs of the patients and within the scope or services offered. The contractor shall not provide personal or community information to the inmate(s). If the situation arises, where inmate(s) are required to be provided information, the Clinical Director or Health services Administrator shall provide any information the inmate(s) are to receive. INMATE MANAGEMENT: The provision of services under this proposed contract will require frequent and supervised contact with inmates. The Contractor will not be responsible for the management of inmates except to ensure that those inmates involved in activities within the Contractor's scope of work shall abide by all rules, in effect, to ensure the safety and well being of all participants. The Contractor will report any infractions of rules and regulations by any inmate to the Clinical Director, the COTR, or an appropriate Government employee. RESTRICTIONS ON CONTRACT WORKERS: The Contractor shall not supervise inmates, supervise Bureau of Prisons staff, participate in inmate accountability, requisition, sign for, or pick up supplies, formulate policy or procedures, or attend meetings, recalls or staff functions. INSTITUTION SECURITY: The contractor must agree to adhere to all regulations prescribed by USP Lee, for the safety, custody and conduct of inmate/patients. USP Lee shall be responsible for maintaining security of inmates. The safety and well being of inmate/patients serviced by the contractor must remain a priority consideration at all times. The custody of Federal inmates remains the primary responsibility of the designated facility (i.e. USP Lee, VA). He/she is to be constantly aware of security and maintain a professional relationship with the inmates at all times. Any violation of the institution rules and regulations are to be brought immediately to the attention of an appointed Government employee for prompt, proper action. PAYMENT OF SERVICES: The contractor will be responsible for signing the log of Medical Consultant Visits Form BP-352(6), which will be located at the front entrance desk. The contractor will be required to record in the log, the date of service, time of arrival, and departure. Additionally, the contractor shall supply the Clinical Director, Health Services Administrator with a written report about the inmate(s) seen and place visited with the correspondent time frame. Payment terms shall be as specified in FAR 52.212-4(g), the due date for making an invoice payment by the designated payment office shall be the 30th day after the designated billing office has received a proper invoice, or the government accepts the services performed by the contractor. Payment terms shall be Net 30 days. The contractor can, however, offer discount payment terms for prompt payments as specified in block 12 on the SF-1449 form for this solicitation/contract. This information is required for proper payment of services. Payments shall be made in accordance with FAR Clauses 52.232-25 Prompt Payment (JUN 1997), and 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003). AVAILABILITY OF SERVICES: The contractor(s) will be required to perform 21 Optometry sessions visits per month as reflected in the schedule of performance. MISCELLANEOUS INFORMATION: In accordance with the Federal Bureau of Prisons Acquisition Policy, Part 37.103(e), the following provisions are applicable to the work being performed in the contract: The service is a contractual arrangement and not a personnel appointment; payment is based on the provision of an end product or the accomplishment of a specific result; the services provided does not constitute an employer/employee relationship; and the contractor will not be subject to Government supervision, except for security related matters. However, contractor performance shall be closely monitored. This position is a contract position only and does not provide fringe benefits such as Health Care, Retirement, Vacation or Sick Time. The contract base year is from the date of award for twelve months. Four additional one-year options may be awarded as services are completed throughout the first and/or subsequent years of award in accordance with the Statement of Work. CONTRACT CLAUSES: 52.252-2 -- Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer. 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2007) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.204-4 Printed or copied doubled-sided on recycled paper (AUG 2000) 52.204-9 Personal Identity Verification of Contractor Personnel (SEP 2007) 52.223-5 Pollution Prevention and Right to Know Information (AUG 2003) 52.224-1 Privacy Act Notification (APR 1984) Medical records and patient health information. 52.224-2 Privacy Act (APR 1984) 52.232-18 Availability of Funds (APR 1984) 52.237-7 Indemnification and Medical Liability Insurance (JAN 1997) $1,000,000 per specialty per occurrence 52.253-1 Computer Generated Forms (JAN 1991) The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted: 52.216-18 Ordering (OCT 1995) - (a) from the first day of the effective performance period through the last day of the effective performance period 52.216-19 Order Limitations (OCT 1995) - (a) less than one session; (b) (1) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (2) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (3) 30 days; (d) 5 days 52.216-21 Requirements (OCT 1995) - (f) after the last day of the effective performance period 52.217-8 Option to Extend Services (NOV 1999) - prior to expiration of the current performance period 52.217-9 Option to Extend the Term of the Contract (MAR 2000) - on or before the first day of the option period; 60 days; but excluding the exercise of any option under the clause at 52.217-8 which is also incorporated into this contract, shall not exceed five (5) years. 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) - beyond September 30th of the Base year or any option year exercised; beyond September 30th of the Base year or any option year exercised Contracting Officers Technical Representative (JAR 2852.201-70) (a) Dave Roff, Health Services Administrator Unsafe Conditions due to the Presence of Hazardous Material (JAR 2852.233-70) Department of Justice (DOJ) Residency Requirement - BOP clause (JUN 2004) Notice of Personnel Security Requirements (OCT 2005) Security of Personal Data (DEC 2006) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (SEP 2007)- (b) 5, 7, 9, 16, 18, 19, 20, 21, 22, 24 Alternate l, 34 OTHER CONTRACT TERMS AND CONDITIONS: Type of Contract: A resultant contract will be an indefinite delivery/requirements type contract with firm-fixed pricing. It is anticipated that contract award resulting from this solicitation will be made approximately November 1, 2007. Performance Period: The periods of performance of the resulting contract shall be Base Year - Effective Date of Award (EDOA) thru 12 months; Option Year 1 - 13 months from EDOA thru 24 months; Option Year 2 - 25 months from EDOA thru 36 months; Option Year 3 - 37 months from EDOA thru 48 months; Option Year 4-49 months from EDOA through 60 months. The contractor shall commence performance of services under this contract, by submitting required documentation to initiate security clearance, within 14 calendar days from effective date of award of the contract. In accordance with FAR 46.503 and 46.403(a)(6), the place of acceptance for services under this contract is at the destination, USP Lee located near Pennington Gap, Virginia. Ordering Official: Task orders may be issued only by the Contracting Officer, Administrative Contracting Officer, or an ordering official for the institution with an appropriate certificate of appointment or a delegation of authority for commercial purchase card purchases. Security and Investigative Requirements: The employees of the contractor entering the institution may be required to meet certain security requirements prior to entering the institution. Primary concerns are the amount of contact that may occur between the contractor and his/her employees with the inmate population during the performance of the contract. Contractor employees are allowed access to the institution at the sole discretion of the Warden of the institution. The program manager at UPS/FPC Lee is responsible for conducting the appropriate law enforcement check on all contractor staff that may need access inside the prison facility. The following investigative procedures may be performed: 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; 6). Resume/Personal Qualifications; 7). OPM-329-A (Authority for Release of Information); 8). National Agency Check and Inquiries (NACI) check (if applicable); and 9). Urinalysis Test (for the detection of marijuana and other drug usage) By submitting a quote for service, the contractor and its employees agree to complete the required documents and undergo the listed procedure. An individual who does not pass the security clearance will be unable to enter the BOP facility. Any individual employed by the contractor who is deemed not suitable by the BOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. Finally, the contractor shall be in compliance with 8 CFR 274a regarding employment of aliens. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-20. SOLICITATION PROVISIONS: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov 52.212-1 Instructions to Offerors - Commercial Items (SEP 2006) tailored to delete paragraphs at c, d, h, and i as they have been determined to be non-applicable to this solicitation. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. 52.212-3 Offeror Representations and Certifications - Commercial Items ( SEP 2007) 52.217-5 Evaluation of Options (JUL 1990) 52.233-2 Service of Protest (SEP 2006) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5006, Washington, D.C. 20534 Protests Filed Directly with the Department of Justice (JAR 2852.233-70) Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Quoters are advised that the Contracting Officer will verify registration in the Central Contractors Registration database (www.ccr.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration may result in elimination from consideration for award. Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. The North American Industrial Classification (NAICS) code is 621320 and the applicable small business size standard is $6.5 million. SUBMISSION OF QUOTATIONS: On letterhead or business stationary, the following information is required: (1) Contractors DUNS Number (2) Quoted price per session (session is defined as one hour in duration) for an estimated maximum requirement of 416 sessions per contract year. Example format: Base Year: Estimated 252 sessions x $________ per session = $_________ . A price quote for each contract performance period must be provided for the Base Year, Option 1, Option 2, Option 3, and Option 4. (3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (SEP 2007) if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov. (4) Documentation of Qualification: Photocopy of each document evidencing appropriate certification, experience, skills, etc. A brief description of how the contractor plans to fulfill the contract, along with supporting documentation as indicated. The contractor must specifically identify the individual that will be performing these services under any subsequent contract award. The contractor must provide proof that their candidate meets all qualifications at the time the quote is submitted. (5) Evidence of insurability concerning medical liability insurance requirement. (6) Point of Contact information for professional references. The contractor should provide a list of the last three contracts awarded to your firm which are of a related nature. Include the following for each: Customer Name, Address, Phone, Fax, Email address; Contract Number; Contact Person; Type of Work; Contract Amount; Contract Status (Active or Complete). The contractor should also provide contact information for a financial reference to include Bank Name, Address, Phone, and Contact Person. If your references will require your authorization for release of information (specifically your financial reference) - provide an authorizing statement with your quote submittal. Quotes must be received via the mail at the United States Penitentiary, ATTN Sabrina Wilson, Contract Specialist, PO Box 900, Jonesville, VA 24263 or hand carried to USP Lee, Lee County Industrial Park, Hickory Flats Road, Pennington Gap, VA 24277 no later than 2:00pm local time on Friday, October 19, 2007. Any questions regarding this requirement may be directed in writing to Sabrina Wilson, Contract Specialist at the email address listed below. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOJ/BPR/11704/RFQ-11704-0021-07/listing.html)
 
Place of Performance
Address: USP LEE Lee County Industrial Park Hickory Flats Road Pennington Gap, VA
Zip Code: 24277
Country: UNITED STATES
 
Record
SN01413057-F 20070922/070921081000 (fbodaily.com)
 
Source
FedBizOpps 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.