Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 31, 2019 SAM #6606
SOLICITATION NOTICE

Q -- Temporary Services- Registered Nurse

Notice Date
12/29/2019 2:36:54 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
FCC LOMPOC LOMPOC CA 93436 USA
 
ZIP Code
93436
 
Solicitation Number
15B61720Q00000003
 
Response Due
1/24/2020 10:00:00 AM
 
Archive Date
02/08/2020
 
Point of Contact
Patrick Ford, Phone: 805-736-4154 x5469
 
E-Mail Address
pford@bop.gov
(pford@bop.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
TYPE OF CONTRACT The Government contemplates award of an Indefinite Delivery/Requirements type contract with firm fixed unit prices resulting from this solicitation.� It is anticipated that the Date of Award resulting from this solicitation will be made approximately January 31, 2020. The resulting contract will include a 24 month period of performance to utilize 120 working days with an option to extend for an additional 120 working days at the unilateral discretion of the Government.�� Bidders are advised that the Government has the unilateral right to exercise option periods in accordance with FAR 43.103(b), 52.217-9, �Option to Extend the Term of the Contract�. Pursuant to FAR 17.203(b), the Government�s evaluation shall be inclusive of options.� Pursuant to FAR 17.203(d), offerors may offer varying prices for options. NON-PERSONAL SERVICES STATUS Award of a contract will result in the service being a contractual arrangement and not a personnel appointment.� Payment is based on an end product or the accomplishment of a specific result.� The service 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 monitored. 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. PERFORMANCE The Contractor shall commence full performance of services under this contract by the effective contract award date.� In accordance with FAR 46.503 and FAR 46.403(a)(6), the place of acceptance for services under this contract is at the destination of the FCC located in Lompoc, CA. CONTRACTOR ADMINISTRATION Contracting Officer Responsibility:� Authority to negotiate changes in the terms, conditions, or amounts cited in this contract is reserved by the Contracting Officer.� This responsibility may be delegated to an Administrative Contracting Officer by the Contracting Officer. � Contracting Officer�s Representative (COR):� The Contracting Officer will designate in writing a COR who shall be responsible for: Monitoring technical progress, including surveillance and assessment of performance and issuing technical changes; Interpreting the scope of work; Technical evaluations as required Technical inspection and acceptance; Assisting in the resolution of technical problems encountered by the service provider during contract performance; Monitoring funds available for obligation; Ensuring that task orders are issued in accordance with appropriate terms; Ensuring that invoices and payments are processed in a timely manner; Assisting in the resolution of administrative problems encountered by the service provider during the contract performance. CONTRACT SECURITY/INVESTIGATIVE REQUIREMENTS The employees of the Contractor entering the institution shall meet certain security requirements to receive an institutional pass.� The personnel department will establish a security file that will be maintained on each of the Contractor�s employees from the beginning of the contract through its duration.� The following investigative procedures will be performed: National Crime Information Center (NCIC) check; Declaration of Federal Employement (OF-306); FD-258 (fingerprint check); Law Enforcement Agency checks; Vouchering of Employers; Employment Resume; Completed Contractor Pre-employment Questionnaire; Release of Information; Questionnaire for Sensitive Positions (SF-85 for Low Risk, SF-85P for above low risk); Credit Check, if applicable; Urinalysis, if applicable. By submitting a bid, the Contractor and its employees agree to complete the required documents and undergo the listed procedures.� An individual employee of the Contractor who does not pass the security clearances will be unable to perform services under the contract.� If the resulting contract is to be awarded to an individual, all clearance procedures shall be applied prior to award.� Individuals who do not pass the security clearance will not be awarded a contract.� The final determination and completion of security investigations procedures will be made at the sole discretion of the FCC.� All persons are advised that a urinalysis test for the detection of drug usage shall be performed.� Any person testing positive shall be disqualified from performing under the resulting contract.� Any individual employed by the Contractor deemed not suitable by the Bureau of Prisons requirements will not be granted access to perform services under the contract.� This is a condition of contract. In additions, each Contractor employee must attend an orientation program at the institution.� The purpose of this program is to familiarize Contractor employees with FCC operations, the institution, and general rules of conduct and procedures inside the institution.� Contractor employees shall adhere to all institution regulations regarding conduct and performance.� Contractor employees will be allowed access to the institution at the sole discretion of the Chief Executive Officer.� Any individual performing under this contract may be removed if it becomes apparent that their conduct does not reflect the conduct of that prescribed for those people performing under non-personal services contracts. SCHEDULE OF INSURANCE As required by FAR clause 52.228-5, �Insurance- Work on a Government Installation�, 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 as listed below: Workers Compensation & Employers Liability:� The Contractor shall comply with applicable Federal and State workers� compensation and occupational disease statutes.� If occupational diseases are not compensable under those statutes, they shall be covered under the employer�s liability section of the insurance policy, except when contact operations are so commingled with a contractor�s commercial operations that it would not be practical to require this coverage.� Employer�s liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit worker�s compensation to be written by private carriers. (FAR 28.307(a)) Comprehensive General Liability:� $500,000 per accident on occurrence for bodily injury. (FAR 28.307-2(b)) Automobile Liability:� $200,000 per person, $500,000 per occurrence for bodily injury, and $200,000 per occurrence for property damage. (FAR 28.307-2(c)) The Contractor shall insert the substance of this clause, including this paragraph, in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain insurance required in the schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractor�s proofs of required insurance, and shall make copies available to the Contracting Officer upon request.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a003a654f6144eeb9a745730b7f8aa2c/view)
 
Place of Performance
Address: Lompoc, CA 93436, USA
Zip Code: 93436
Country: USA
 
Record
SN05524581-F 20191231/191229230132 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.