|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 14,1996 PSA#1616Federal 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 radiograms 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 give 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 an 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 deliverable; 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 in details or otherwise
serve 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 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 Offeror's facility. (VIII) FAR provision 52.212-1
Instructions to Offerors- Commercial is hereby included by reference.
The following are addenda to FAR provisions 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 52-225-11 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 Executives 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. (IX) 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.
(X) 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# 0041 19960613\Q-0001.SOL)
Q - Medical Services Index Page
|
|