Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2012 FBO #3948
SOLICITATION NOTICE

G -- Mortuary Services for FCI Talladega - Attachment 001 Statement of Work

Notice Date
9/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812210 — Funeral Homes and Funeral Services
 
Contracting Office
Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, Texas, 75051
 
ZIP Code
75051
 
Solicitation Number
RFQP03131200043
 
Archive Date
9/27/2013
 
Point of Contact
Bonnie B. Pannhoff, Phone: 972-352-4207
 
E-Mail Address
bpannhoff@bop.gov
(bpannhoff@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 003 - Business Management Questionnaire Attachment 002 - Wage Determination Attachment 001 - Statement of Work REQUEST FOR QUOTE This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice and is subject to the rules of FAR Part 12 and 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This notice constitutes solicitation RFQP03131200043 and is being issued as a Request for Quotes. This notice and any incorporated provisions include those in effect through Federal Acquisition Circular 2005-60. The applicable NAICS code for this acquisition is 812210, Funeral Homes and Funeral Services and the small business size standard is $7.0 million. This procurement is being solicited as 100% small business set-aside. The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas intends to establish a firm-fixed price indefinite-delivery, requirements type contract for the provision of Mortuary Services to be rendered for the inmate population incarcerated at the Federal Correctional Institution (FCI) located in Talladega, Alabama. A description of the services required is attached to this posting and labeled as Attachment I, Statement of Work. CONTRACT CLAUSES: 52.252-2 - Clauses Incorporated by Reference (FEB 1998). A resultant contract will incorporate 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 2012) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) 52.204-4 Printed or copied double-sided on recycled paper (MAY 2011) 52.224-102(b) Information Resellers or Data Brokers (MAR 2008) Under this contract, the Department obtains personally identifiable information about individuals from the contractor. The contractor hereby certifies that it has a security policy in place which contains procedures to promptly notify any individual whose personally identifiable information (as defined by OMB) was, or is reasonably believed to have been, lost or acquired by an unauthorized person while the data is under the control of the contractor. In any case in which the data that was lost or improperly acquired reflects or consists of data that originated with the Department, or reflects sensitive law enforcement or national security interest in the data, the contractor shall notify the Department Contracting Officer so that the Department may determine whether notification would impede a law enforcement investigation or jeopardize national security. In such cases, the contractor shall not notify the individuals until it receives further instruction from the Department. [End of Clause] 52.228-5 Insurance - Work on a Government Installation (JAN 1997) Workers compensation or Employers liability: $100,000; and Comprehensive General Liability: $500,000 per occurrence for bodily injury. Automotive Liability in the amount of $200,000 per person, $50,000 per occurrence for bodily injury and $20,000 per occurrence for property. 52.232-18 Availability of Funds (APR 1984) 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 $50.00; (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 52.216-22 Indefinite Quantity (OCT 1995) 52.217-8 Option to Extend Services (NOV 1999) prior to the expiration of the current performance period 52.217-9 Option to Extend the Term of the Contract (MAR 2000) - prior to expiration of the current performance 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. 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage-Fringe Benefits Mortician. $ 23.49 (exclusive of benefits) Embalmer $23.49 (exclusive of benefits) 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. 52.27-103-72 DOJ Contractor Residency Requirement (JUN 2004): For three of the five years immediately prior to submission of an offer/bid/quote, or prior to performance under the contract or commitment, individuals or contractor employees providing services must have: 1. Legally resided in the United States (U.S.) ; 2. Worked for the U.S. overseas in a Federal or military capacity; 3. Been a dependent of a Federal or military employee serving overseas. If the individual is not a U.S. citizen, they must be from a country allied with the U.S. The following website provided current information regarding allied countries: http://www.opm.gov/employ/html/citizens.htm. By signing this agreement/commitment document, or by commencing performance, the contractor agrees to this restriction 52.242-1502 Evaluation of Contractor Performance Utilizing CPARS (APR 2011) The services, although not directly supervised, shall be reviewed by Federal Bureau of Prisons (BOP) staff to ensure contract compliance. The contractor's performance will be evaluated in accordance with FAR 42.15. Contract monitoring reports will be prepared by the Contacting Officer's Technical Representative (COTR) or Contract Monitor (CM) and maintained in the contract file. In accordance with FAR 42.1502 and 42.1503, agencies shall prepare an evaluation of contractor performance and submit it to the Past Performance Information Retrieval System (PPIRS). The BOP utilizes the Department of Defense (DOD) web-based Contractor Performance Assessment Reporting System (CPARS) to provide contractor performance evaluations. The contractor shall provide and maintain a current e-mail address throughout the life of the contract. The contractor will receive an e-mail from the Focal Point thru the following website address webptsmh@navy.milwhen the contract is registered in CPARS. The e-mail will contain a "user ID" and temporary password to register in the CPARS system. The contractor must be registered to access and review its evaluation and/or provide a response. If assistance is required when registering, please contact the Contracting Staff/Focal Point.(End of Clause) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 2012)- (b) 1, 4, 6, 12, 14, 17, 23, 26, 28-34, 38, 42, 47; 49, (c) 1- WD 2005-2002 Revision 11, $23.05 (exclusive of benefits) for occupational code 99310, Mortician; and $23.05 (exclusive of benefits) for occupational code 99095, Embalmer. 52.218-000 Continuing Contract Performance During a Pandemic Influenza or Other National Emergency (MAY 2008) During a Pandemic or other emergency we understand that our contractor workforce will experience the same high levels of absenteeism as our federal employees. Although the Excusable Delays and Termination for Default clauses used in Government contracts list epidemics and quarantine restrictions among the reasons to excuse delays in contract performance, we expect our contractors to make a reasonable effort to keep performance at an acceptable level during emergency periods. The Office of Personnel Management (OPM) has provided guidance to federal managers and employees on the kinds of actions to be taken to ensure the continuity of operations during emergency periods. This guidance is also applicable to our contract workforce. Contractors are expected to have reasonable policies in place for continuing work performance, particularly those performing mission critical services, during a pandemic influenza or other emergency situation. The types of actions a federal contractor should reasonably take to help ensure performance are: • Encourage employees to get inoculations or follow other preventive measures as advised by the public health service. • Cross-train workers as backup for all positions performing critical services. This is particularly important for work such as guard services where telework is not an option. • Implement telework to the greatest extent possible in the workgroup so systems are in place to support successful remote work in an emergency. • Communicate expectations to all employees regarding their roles and responsibilities in relation to remote work in the event of a pandemic health crisis or other emergency. • Establish communication processes to notify employees of activation of this plan. • Integrate pandemic health crisis response expectations into telework agreements. • With the employee, assess requirements for working at home (supplies and equipment needed for an extended telework period). Security concerns should be considered in making equipment choices; agencies or contractors may wish to avoid use of employees' personal computers and provide them with PCs or laptops as appropriate. • Determine how all employees who may telework will communicate with one another and with management to accomplish work. • Practice telework regularly to ensure effectiveness. • Make it clear that in emergency situations, employees must perform all duties assigned by management, even if they are outside usual or customary duties. • Identify how time and attendance will be maintained. It is the contractor's responsibility to advise the Government Contracting Officer if they anticipate not being able to perform and to work with the Department to fill gaps as necessary. This means direct communication with the Contracting Officer or in his/her absence, another responsible person in the contracting office via telephone or email messages acknowledging the contractor's notification. The incumbent contractor is responsible for assisting the Department in estimating the adverse impacts of nonperformance and to work diligently with the Department to develop a strategy for maintaining the continuity of operations. The Department does reserve the right in such emergency situations to use Federal employees, employees of other agencies, contract support from other existing contractors, or to enter into new contracts for critical support services. Any new contracting efforts would be acquired following the guidance in the Office of federal Procurement Policy issuance "Emergency Acquisitions", May, 2007 and Subpart 18.2. Emergency Acquisition Flexibilities, of the Federal Acquisition Regulations. [End of Clause] DJAR-AGD-04-10-006 Department of Justice Order 2640.2F (NOV 2008) Department of Justice (DOJ) Order 2640-2F prohibits the use of non-U.S. citizens in the performance of this contract or commitment for any position that involves access to or development, operation, management, or maintenance of any DOJ Information Technology System. By signing this contract or by beginning performance, the contractor agrees to this restriction.[End of Clause] SPECIAL 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 a contract award resulting from this solicitation will be made on or about October 26, 2012. 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 thru 60 months. The contractor shall commence performance of services under this contract within 30 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, Federal Correctional Institution located in Talladega, Alabama. The contract shall provide the contact services independent of Government supervision. 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. Orders may be issued orally, faxed or electronically. Pursuant to FAR 42.202 and 42.302, upon award, the undersigned Contracting Officer hereby assigns as the Contract Administration Office (CAO), FCI Talladega, Business Office, 565 East Renfroe Road, Talladega, AL 35160 (256) 315-4100, Attn: Contracting Office. This assignment carries with it the authority to perform all of the normal contract administration functions listed in FAR 42.302 (a), Item 1 through 70, to the extent that those functions apply to this contract. This assignment also includes delegation of authority to perform those negotiation functions as specified in FAR 42.302 (b), items 1 through 11. 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 FCI Talladega is responsible for conducting the appropriate law enforcement check on all contractor staff that may need access inside the prison facility. The following investigative procedure will 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. Privacy Act Notification: A resultant contract will require contracted staff to operate a system of records and maintain documentation that will require adherence to the Privacy Act of 1974. The system of records will be maintained in accordance with community standards. The contractor and/or staff are not authorized to disclose this or any information pertaining to an inmate to any non-BOP source. Any requests for such information shall be forwarded to the Contracting Officer or their appointed representative for proper disposition. 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 commission 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 BOP. The contractor must forward all other requests for information. Non-personal services: A resultant contract will be a non-personal services contract, as defined in FAR 37.101, under which the contractor is an independent contractor. Award of a contract does not constitute an employer/employee relationship. The contractor will not be subject to Government supervision, except for security related matters; however, contractor performance shall be closely monitored to ensure contract compliance. 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, 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. Reviews. The Contracting Officer or designee is authorized to review by on-site survey, review of records, or by any other reasonable manner, the quality of services rendered under this contract. All records shall be subject to review by the Contracting Officer or other representative of the Bureau of Prisons. Payments will be denied when such service does not support the charges or if the service is deemed not necessary or appropriate. Such determinations may be made by the Contracting Officer or COR, whichever is appropriate. All records shall be subject to review by the Contracting Officer or other delegated representatives of the BOP. Pricing Methodology: Quoters should submit a completed copy of the Schedule of Items inclusive of base year and all option periods. Pricing shall be inclusive of all charges (i.e., wages, insurance, overhead, profit, etc.). Pursuant to FAR 17.203(b), the Government's evaluation shall be inclusive of options. Pursuant to FAR 17.203(d), Quoters may quote varying prices for options, depending on the quantities actually ordered and the dates when ordered. The estimated quantity of service required is not a representation to a quoter that the estimated quantities will be required or ordered, or that conditions affecting requirements will remain stable or normal. Evaluation and Award Methodology: This acquisition will be procured in accordance with FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. The Government intends to evaluate quotes considering past performance and price and intends to make a single award to a quoter, pursuant to an affirmative determination of responsibility, whose quote, conforms to the solicitation, and is determined to be the best value to the Government. Non-Discrimination: The contractor agrees to perform under this contract without making any distinction among inmates on the basis of race, color, creed, national origin, or physical condition. Third Party Liability. Public Law 87-693 (42 U.S.C. 2651) provides that the United States shall be entitled to recover the reasonable value of hospital and medical care and treatment furnished or to be furnished to a person who suffers any injury or disease under circumstances indicating the Third Party's Liability involves the potential legal liability of another person for the injurer disease in question. This other person is commonly referred to as the "third party" since his/her negligent act or failure to act caused an injury or disease to the "first party" requiring medical treatment by or at the expense of the United States, the "second party". 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 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEPT 2007) 52.217-5 Evaluation of Options (JUL 1990) 52.237-1 Site Visit (APR 1984) 52.212-1 Instructions to Offerors - Commercial Items (FEB 2012) The additional provisions listed below are incorporated into this solicitation via addendum to this provision. "Offers and Bidders" here are interchangeable with "quoters". 52.216-1 Type of Contract (APR 1984) Indefinite Delivery/Requirements type contract with Firm-Fixed Pricing. 52.233-2 Service of Protest (SEPT2006) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5005, Washington, D.C. 20534 Protests Filed Directly with the Department of Justice (JAR 2852.233-70) 52.212-3 Offeror Representations and Certifications - Commercial Items (APR 2012) Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. FOIA: 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. RFQ ATTACHMENTS: 001 - Statement of Work (16 Pages) 002 - Department of Labor Wage Determination (10 Pages) 003 - Business Management Questionnaire (2 Pages) SUBMISSION OF QUOTES: Written quotes will be accepted by mail or hand-carried delivery. If mailed or hand-carried, quotes shall be submitted to the following address: Bonnie Pannhoff, Contract Specialist Federal Bureau of Prisons Field Acquisition Office U.S. Armed Forces Reserve Complex 346 Marine Forces Drive Grand Prairie, TX 75051 Mailed and hand-carried quotes must be delivered to the CO at the address shown above no later than the time specified as the deadline for receipt of quotes. Please provide twenty-four hour notice of hand carried quotes. The official point of receipt for hand-carried quotes will be at the first floor reception area of the address listed above. 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 no later than 2:00 pm CST, September 28, 2012. Written quotes will be accepted by mail or hand-carried delivery. Faxed and emailed quotes will not be accepted. REQUIRED SUBMITTALS: On letterhead or business stationary, the following required information must be submitted. Failure to provide required information may result in your quote not being considered. (1) Contractors DUNS Number (2) Quoted prices of mortuary services. Quoters must submit price quotes using the Schedule of Items detailed in Attachment 001 Statement of Work. Pricing must be quoted for the Base Year, Option One, Option Two, Option Three and Option Four. (3)All quoters are advised that registration in the System for Award Management (SAM) (www.uscontractorregistration.com) is mandatory. All contractors doing business with the Federal Government to be registered in the database. Quoters should include their Data Universal Numbering System (DUNS) number in their quotes. The CO will verify registration prior to award. Please ensure that a business size is listed for this requirement's applicable NAICS code - 812210. FAILURE TO COMPLETE THE REGISTRATION PROCEDURES OUTLINED IN THIS PROVISION MAY RESULT IN ELIMINATION FROM CONSIDERATION FOR AWARD. (4) Documentary evidence of compliance with qualifications. (5) A written description of contractor's plan to fulfill the contract requirements throughout the life of the contract. (6) A completed Business Management Questionnaire (Attachment III to this solicitation).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP03131200043/listing.html)
 
Place of Performance
Address: TALLADEGA FCI, 565 EAST RENFROE ROAD, Talladega, Alabama, 35160, United States
Zip Code: 35160
 
Record
SN02882311-W 20120915/120914002157-13a25b1a148f8128e6376467ca2caa95 (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.