|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 13,1996 PSA#1615Federal Bureau of Prisons, United States Penitentiary, Regional
Contracting Office, Leavenworth, KS 66048-1254 Q -- X-RAY TECHNICIAN Sol. RFQ124-0071. Due 073196. POC: Tony
Hiscocks, Contracting Officer, 913-682-8700, extension 610. (I) This is
a combined synopsis/solicitation for commercial items prepared in
accordance with the format in the Federal Acquisition Regulation (FAR)
Subpart 12.6, as supplemented with additional information included in
the notice. This announcement constitutes the only solicitation;
proposals are being requested and written solicitations will not be
issued. (II) This solicitation is issued as Request-For-Quotations RFQ
124-0071. (III) The solicitation document and incorporated provisions
are those in effect through Federal Acquisition Circular FAC-37. (IV)
This solicitation is 100% set-aside for small business. It is
advertised as full and open competition with a Standard Industrial
Classification Code (sic) of 8099, with a size standard of 3.5 million.
(V) (Line Item One): Offeror to provide X-Ray Technician services to
inmates incarcerated at the Federal Correctional Institution located in
Oxford, Wisconsin. Offeror to perform independent, routine, diagnostic
radiograms as requested by the medical staff of FCI Oxford. Offeror
will also assist the Contract Radiologist in specialized radiographic
procedures: UGI Series, barium enemas, IVPs, arthograms, venograms, and
ultra sounds. The offeror will be responsible for filing dictated
radiogram reports in individual medical records, transcribe dictated
radiographic reports for radiology (when needed), provide in-house
training to medical staff in performing routine radiograms, maintain
x-ray dead file, and forward all radiogram files to appropriate
institutions, when inmates are transferred. Offeror will also be
responsible for maintaining daily x-ray logs, log of ``Interesting and
Unusual Cases'', and provide statistics for any necessary
surveys/reports. Services to be provided in two hour sessions, 12
sessions per week, for an estimated 624 sessions for the estimated
contract period of 10/1/96 thru 9/30/97. (VI) Offeror's must be a
graduate from an approved school of Radiology Technology and must
possess current state certification and/or licensing for the practice
of x-ray technician or registered technician of radiology in the State
of Wisconsin. Extra consideration will be given to offeror's who are
bilingual. Offeror's must have a working knowledge of computers, word
processor's, dental equipment and medical/dental terminology. Offeror's
will be required to maintain a system of records for documentation of
specific services performed and will require adherence to the Privacy
Act of 1974. Offeror's in their proposal must provide documentation of
qualifications and proof of liability insurance issued by a
responsible carrier to be considered for an award. The resulting
contract to provide the above services will be considered a contractual
agreement and not a personnel appointment to a federal position. The
contractor will be monitored to ensure that end results are obtained.
Justice Acquisition Regulation (JAR) Clause 2852.270-70, Contracting
Officer's Technical Representative. The contractor's performance will
be monitored by the (COTR). Mr. David Steiner, Health Services
Administrator, FCI Oxford, WI, 608-584-5511, extension 210, is hereby
designated to act as COTR under this contract. The COTR is responsible
for: receiving all deliverables; inspecting and accepting the supplies
or services provided hereunder in accordance with the terms and
conditions of this contract; providing direction to the contractor
which clarifies the contract effort, fills details or otherwise serves
to accomplish the contractual scope of work; evaluating performance;
and certifying all invoices/vouchers for acceptance of the supplies or
services furnished for payment, prior to forwarding the original
invoice to the payment office and a confirmed copy to the Contracting
Officer. The COTR does not have the authority to alter the contractor's
obligations under the contract, direct changes that fall within the
purview of the General Provisions clause, entitled ``Changes'' and/or
modify any of the expressed terms, conditions, specifications, or cost
to the Government. For security reasons, the Government reserves the
right to prohibit certain contractor employees from working under this
contract. In accordance with the Prompt Payment Act, contract payments
will be made monthly, based on sessions received by the Government.
(VII) All contract performance will take place at the Federal
Correctional Institution located at Oxford, Wisconsin. (VIII) FAR
provision 52.212-1 Instructions to Offerors-Commercial is hereby
included by reference. The following are addenda to FAR provision
52.212-1: At the paragraph (C) Period for acceptance of offers. The
offeror agrees to hold the prices in its offer firm for 60 calendar
days from the date specified for receipt of offers. At the paragraph
(e) multiple offers has been determined by the Contracting Officer to
be not applicable to this solicitation and is hereby removed in its
entirety for the purpose of this requirement. At the paragraph (h)
multiple awards, is not applicable to this requirement. (IX) FAR
provision 52.212-2 is incorporated by reference with the following
addenda; in a paragraph (a); the government will evaluate proposals by
A; Technical Ability to provide services requested, B; Work
Experience, C; Education in excess of minimum requirements, D;
Bilingual ability; E; Cost to the government. All other factors when
combined makes up 50 percent of evaluation factors as compared to
price. (X) FAR provision 52.212-3 Offeror Representations and
Certifications-Commercial Items, will be completed and submitted with
the proposal. (XI) FAR clause 52.212-4, Contract Terms and
Conditions-Commercial Items, hereby applies to this solicitation. The
following are addenda to FAR clause 52.212-4. The following FAR clauses
are incorporated by reference: 52.232-18 Availability of Funds,
52.203-3 Gratuities, 52.224-1 Privacy Act Notification, 52.224-2
Privacy Act, and 52-255-11 Restrictions on Certain Foreign Purchases,
52.237-7 Indemnification and Medical Liability Insurance. Justice
Acquisition Regulation (JAR) clause 2852.270-70, Contracting Officer's
Technical Representative. (XII) FAR clause 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items hereby applies to this acquisition. In
accordance with FAR clause 52.212-5, the following clauses are hereby
incorporated by reference in paragraph (b): 52.222-26 Equal Opportunity
(E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action
for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports
on Special Disabled Veterans and Veterans of the Vietnam Era (38
U.S.C. 4212). (XIII) The contractor agrees to adhere to all regulations
prescribed by the institution for safety, security, custody and conduct
of inmates. The period of performance for this contract will be from
date of award (estimated at 10/1/96) thru 9/30/97. The contractor shall
maintain during the term of any resulting contract liability insurance
issued by a responsible insurance carrier of not less than
$1,000,000.00 per specialty, per occurrence. (XIV) Offers in original
and two (2) copies shall be received at United States Penitentiary,
Regional Contracting Office, 1300 Metropolitan Avenue,. Leavenworth, KS
66048-1254, Attention Tony Hiscocks, Contracting Officer, by 2:00 p.m.
local time, 07/31/96. All offers shall be clearly marked with the
offeror's name and RFP number. (XV) For additional information,
questions, and availability of forms, please contact Tony Hiscocks,
Contracting Officer at 913-682-8700, extension 610. (162) Loren Data Corp. http://www.ld.com (SYN# 0083 19960612\Q-0002.SOL)
Q - Medical Services Index Page
|
|