|
COMMERCE BUSINESS DAILY ISSUE OF JULY 3,1996 PSA#1629Federal Bureau of Prisons, United States Penitentiary, Regional
Contracting Office, Leavenworth, KS 66048-1254 Q -- RADIOLOGIST SOL RFQ124-0074 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
124-0074. (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, with a
Standard Industrial Classification Code (sic) of 8099, with a size
standard of 3.5 million. (V) (Line Item One): Offer will provide
specialty medical services in the area of radiological medicine to
inmates incarcerated at the Federal Correctional Institution located in
Oxford, Wisconsin. Offeror to provide evaluations and interpretations
of roentgenograms, ultra sounds, and special diagnostic
roentgenographic procedures to include arthograms, barium enemas, IVPs,
G.I. series, cholecystograms, and tomography. Offeror will provide
written and/or dictated reports on all patients referred for evaluation
and will include recommendations for further diagnostic testing and/or
treatment when indicated. Offeror will coordinate radiology services
for the medical department. Services to be provided in two hour
sessions, 1 session per week, for an estimated 54 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 Medicine with speciality
training and board certification in Radiologic Medicine, And must
possess a current state certification and/or licensing 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 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 in 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 a 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, 52.228-5 Insurance Insurance-Work on a Government
Installation, 52.237-2 Protection of Government Buildings, Equipment
and Vegetation, Justice Acquisition Regulation (JAR) clause
2852.270-70, Contracting Officer's Technical Representative. (XII) FAR
clause 5.212-5 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), 52.22-35, 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),
52.22-37, 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 contract liability insurance issued by a responsible insurance
carrier of not less than $1,000,000.00 per speciality, 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 RFQ number.
(XV) For additional information, questions, and availability of forms,
please contact Tony Hiscocks, Contracting Officer at 913-682-8700,
extension 610. (176) Loren Data Corp. http://www.ld.com (SYN# 0091 19960702\Q-0001.SOL)
Q - Medical Services Index Page
|
|