MODIFICATION
Q -- On Site Optometry Services
- Notice Date
- 9/26/2013
- Notice Type
- Modification/Amendment
- NAICS
- 621320
— Offices of Optometrists
- Contracting Office
- Department of Justice, Bureau of Prisons, FCI McDowell, 101 FEDERAL DRIVE, WELCH, West Virginia, 24801, United States
- ZIP Code
- 24801
- Solicitation Number
- RFQP01221300029
- Archive Date
- 10/18/2013
- Point of Contact
- Johnny M. Stiltner, Phone: 304-436-7386
- E-Mail Address
-
jstiltner@bop.gov
(jstiltner@bop.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This Modification 001 is to change the place licensed from only West Virginia to any state in the United States. RFQP01221300029 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. OPTOMETRY SERVICES for FY 14 October 9, 2013 - September 30, 2014 General Information- The Federal Correctional Institution McDowell intends to award a firm-fixed price contract for the provision of non-personal Optometry services to be performed at the Federal Correctional Institution (FCI) McDowell located in Welch, West Virginia. FCI McDowell currently houses approximately 1700 medium security male inmates, as well as, 135 minimum security male inmates who are housed at an adjacent satellite prison camp. General information regarding the Bureau of Prisons (BOP) and its facilities is located at www.bop.gov. Description of Requirement- The contractor will provide, on a non-discriminatory basis, optometry services for the inmates incarcerated at FCI McDowell. The contractor shall provide on-site optometry clinics to include evaluation, diagnosis, and treatment of all patients referred. Consultations shall be limited to the chief complaint documented on the BOP consultation form. The work shall consist of: 1. Providing optometry examinations for inmates 2. Providing comprehensive optometry examinations 3. Providing comprehensive tonometry examinations 4. Refractions of eyes for the fitting of glasses 5. Visual field examinations 6. Providing a written report on all patients Minimum Qualification Requirements- Individuals providing Optometry service under contract award must be: 1) Board Certified Doctor of Optometry currently licensed to practice in any state in the United States 2) A graduate of an accredited school or program of Optometry 3) In good standing within the Optometry community and submit three (3) letters of recommendation or reference. The contractor shall provide, with their quote, the name of the candidate(s) that will be providing services at FCI McDowell and photocopies of documents evidencing their candidate(s) ability to meet qualifications to perform required services. Examples of documentary evidence include licenses, diplomas, certifications, and/or resumes, etc. Schedule- Optometry clinics will generally be scheduled for 7 sessions at least once every two weeks. Each session is defined as one hour in duration. Sessions will be scheduled between the hours of 7:30 a.m. - 3:30 p.m., Monday through Friday, excluding Federal holidays. Scheduling of clinics shall be subject to the mutual agreement of the contractor and FCI; however, the total number of sessions performed by the contractor is not likely to exceed 30 sessions per week, 182 sessions estimate from October 10, 2013 through September 30, 2014. Scheduling of inmate patients for specialty clinics shall be performed by the FCI. Contract staff will be required to be available for emergencies if necessary. Please note, there will be time necessary to process contractors upon entry/exit of the institution and contract staff will be required to sign a consultant log, indicating the date of visit to the institution, time of arrival, and time of departure. Due to the nature of the correctional setting, delays in performance of work may be expected. Such delays may include, but are not limited to, inclement weather, electrical or mechanical problems, or other security matters. When the contractor reports to the institution, but is unable to perform services due to such delays, the contractor may be entitled to compensation of his time. The contracting officer shall be responsible for negotiating fair and reasonable payment. In the event it becomes necessary for the Government to cancel a scheduled session, the FCI will provide the contractor with 48 hour written or verbal notice prior to cancelling a session. When advance notice is given, the Government will not be subject to payment for cancelled sessions. Supplies and Equipment- In recognition of institution security concerns, the supplies and equipment that the contractor may need, while at the institution, will be furnished by the Government. These supplies normally will include any materials needed to perform the services required under this contract. If the contractor requires special equipment or supplies, a written request may be submitted to the Health Services Administrator for consideration. 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. Place of Performance- Optometry services will be provided on-site in the Health Services Unit located at FCI McDowell, 101 Federal Drive, Welch, WV 24801. 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. Inmate Management- The provision of services under this proposed contract will require frequent and unsupervised 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 Contract Monitor (CM) appointed to the contract. 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, staff recalls or staff functions. Institution Security- The contractor agrees to adhere to all regulations prescribed by the institutions in regards to the safety, custody, and conduct of inmates. The Bureau of Prisons requires all non-employees to sign in and out of the institution for security reasons. Additionally, the contractor will be required to wear an ID badge, provided by the Government, at all times within the confines of the FCI. The contractor will be provided with a security and BOP procedures orientation session, consisting of approximately four (4) hours, prior to performing any services under this contact. The date and time for this orientation will be mutually agreed upon by both parties, and reimbursement for attendance may be negotiated by the contracting officer. Refresher training in security and BOP procedures may be required annually, with compensation being at the contract rate. CONTRACT PRICING - Contract pricing should include all charges to the Government for performing the services required by this contract (e.g., insurance, overhead, profit, supervision, minimum wages, etc.). Quoters are hereby notified that the Government intends to evaluate quotes on price and past performance and extend an offer of contract award in accordance with FAR 52.212-1(g). 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 with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.204-9 Personal Identity Verification of Contractor Personnel 52.224-1 Privacy Act Notification- Medical records and patient health information. 52.224-2 Privacy Act 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.237-7 Indemnification and Medical Liability Insurance- $1,000,000 per specialty per occurrence 52.253-1 Computer Generated Forms The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted: Contract Monitor (a) to be determined Department of Justice (DOJ) Residency Requirement - BOP clause Notice of Personnel Security Requirements Security of Personal Data 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items- (b) 12, 26, 28, 29, 31, 34, 38, 47. OTHER CONTRACT TERMS AND CONDITIONS: 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 McDowell 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. Any contract resulting from this solicitation is subject to the policies and requirements stipulated in FAR 37.401 regarding procurement of nonpersonal healthcare services. Additionally, award of a nonpersonal service contract does not constitute an employer/employee relationship. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. 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 52.212-3 Offeror Representations and Certifications - Commercial Items 52.237-1 Site Visit Faith-Based and Community- Based Organizations- can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Site visits for this requirement may be scheduled upon request. Quoters who wish to inspect the site where services are to be performed may submit an email request by to Johnny Stiltner, Contracting Officer at the email address listed below. Please include your name, company name, the names of any other individuals who will be attending with you, and a daytime phone number in your request. 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 $7.0 million. SUBMISSION OF QUOTATIONS: On letterhead or business stationary, the following information is required: (1) Vendors DUNS Number (2) Quoted price per session (session is defined as one hour in duration) (3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov. (4) Documentation of Qualification: Photocopies of each document evidencing compliance with the minimum qualification requirements stated in this solicitation. Quoters shall also submit a brief description of plans to fulfill the contract, along with supporting documentation as indicated. Quoters 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. Quotes must be received at the Federal Correctional Institution McDowell, Attn: Johnny Stiltner, Contracting Officer, 101 Federal Drive, P. O. Box 1029, Welch, WV 24801 no later than 3:00 PM EST on October 3, 2013. Written quotes will be accepted by mail, hand-carried delivery, fax, or email. Mailed or Hand-carried Quotes must be delivered to the attention of Johnny Stiltner, Contracting Officer at the address shown. The official point of receipt for hand-carried quotes will be at the FCI Front Lobby reception area of the address listed above. Faxed Quotes must be faxed to 9304-436-7389, Attn: Johnny Stiltner, Contracting Officer. Quotes should be clearly marked with the solicitation number and include all required information. Emailed Quotes must be sent in.pdf format only to jstiltner@bop.gov. Include the following in your subject line: Quote submitted in response to RFQP01221300029. Quotes must include all required information. Any questions regarding this requirement may be directed in writing to Johnny Stiltner, Contracting Officer at the email address listed below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8f5bd182261fa2fff41dd3d09d656ace)
- Place of Performance
- Address: FCI McDowell, 101 Federal Dr., Welch, West Virginia, 24801, United States
- Zip Code: 24801
- Zip Code: 24801
- Record
- SN03204864-W 20130928/130927001754-8f5bd182261fa2fff41dd3d09d656ace (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 |