|
COMMERCE BUSINESS DAILY ISSUE OF JULY 17,1996 PSA#1638Federal Bureau of Prisons, United States Penitentiary, Regional
Contracting Office, Leavenworth KS 66048-1254 Q -- PROVIDE PSYCHIATRY SERVICES TO FEDERAL MALE INMATES SOL IFB
407-0010. Due 081296. POC Howard L. Hufford, Contracting Officer,
913-682-8700, extension 614. (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 Invitation for Bids IFB 407-0010. (III) The
solicitation document and incorporated provisions are those in effect
through Federal Acquisition Circular FAC 90-38. (IV) This solicitation
is set-aside for small business. It is advertised as full and open
competition with a Standard Industrial Classification Code (SIC) of
8011, with a size standard of 5.0 million. Other forms referenced
herein are required to be completed and submitted with all proposals.
(V) The contractor shall provide psychiatry services to adult, male,
federal inmates. (VI) This contract shall contain options for a base
year and four one-year option periods. Bids must separately provide
session prices for the base year, option period one, two, three and
four. The period of performance shall be as follows: the base year of
the contract shall be from the approximate date of award,
10/1/96-9/30/97; option period one 10/1/97-9/30/88; option period two
10/9/98-9/30/99; option period three 10/1/99-9/30/2000; and option
period four 10/1/2000-9/30-2001. Pursuant to FAR 17.203(d), offerors
may propose varying prices for option periods. Psychiatry services
shall consist of the following: Evaluation, diagnosis and treatment of
psychiatric illness and in-service education to PAs and other medical
staff on psychiatric care. Contract may require the contractor to
operate a system of records for documentation of specific services
performed and will require adherence to the Privacy Act of 1974. The
contractor cannot perform the following functions: supervise inmates;
supervise Bureau of Prisons Staff; participate in inmate
accountability; requisition, sign for, or pick up supplies; formulate
policy or procedures; or attend recalls or staff functions. The
contractor must provide two (2) sessions per month, with each session
length defined as six (6) hours. (Not to exceed 18 hours per month).
The specified days and hours to be worked by the Contractor shall be
decided upon after contract award by mutual agreement between the
Contractor and COTR. Documentation of training, credentials and
malpractice insurance shall be submitted with each bid. The contractor
must be board eligible in the specialty of Psychiatry, licensed in any
state in the United States and be a graduate from an accredited medical
school. All equipment and supplies will be furnished by the Government
for use on premises. Inmate attendance at the FCI clinic will be
monitored by Govt Health Service employees. All scheduling will be
completed prior to the arrival of the contractor or while the
contractor is on site. Bureau of Prisons employees will monitor inmate
conduct during clinic visits, and may accompany the contractor to and
from the Health Service Unit. A Bureau of Prisons employee will be in
or near the examining area while the contractor is in the Health
Services Unit. Providing services under this contract will require
frequent and unsupervised contact with inmates. (VII) All contract
effort will take place at the Federal Correctional Institution (FCI)
and a Federal Prison Camp, located in Pekin, Illinois. The contractor
shall agree to adhere to all regulations prescribed by the institution
for safety, security, custody and conduct of inmates. The awarded
contractor shall attend an orientation session, prior to assuming
contract effort. Reimbursement to the contractor for time spent in the
institution security orientation shall be at the contract rate. In
accordance with the Prompt Payment Act, contract payments will be made
monthly, based on sessions received by the Government. For security
reasons, the Government reserves the right to prohibit certain
contractors from working under this contract. The contractor's
performance will be monitored by the (COTR). Ferdinand S. Somalio,
Hospital Administrator, BOP, Health Services Department, FCI Pekin,
Pekin, IL, 309-346-8588, 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 obligation sunder 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. If as a result
of technical discussions, it is desirable to alter/change contractual
obligations or the scope of work, the Contracting Officer shall issue
such changes in writing with a signed modification. (VIII) FAR clause
52.212-1 Instructions to Offerors-Commercial is hereby included by
reference. The following are addenda to FAR clause 52.212-1: At
paragraph (c), Period for Acceptance of Offers, the amount of time an
offeror must hold its prices firm is hereby changed. An offeror must
hold prices in its proposal firm for 60 calendar days from the date
specified for receipt of proposals. Paragraph (e) multiple offers has
been determined by the Contracting Officer to be non-acceptable to this
solicitation and is hereby removed in its entirety for the purpose of
this requirement. The following FAR clause is hereby incorporated in
full text: FAR 52.233-2 Service of Protest: Protests, as defined in
Section 33.101 of the Federal Acquisition Regulation, that are filed
directly with an agency, and copies of any protests that are filed with
the General Accounting Office (GAO) or the General Services
Administration Board of Contract Appeals (GSBCA), shall be served on
the Contracting Officer (addressed as follows) by obtaining written and
dated acknowledgement from: Chief, Procurement and Property Branch;
Craig H Unger; Federal Bureau of Prisons, 320 First Street, NW;
Washington, DC 20534. The copy of any protest shall be received in the
office designated above on the same day a protest is filed with the
GSBCA or within one day of filing a protest with the GAO. In this
procurement, you may not protest to the GSBCA because of the nature of
the supplies or services being procured. (Contracting Officer shall
strike the word ``not'' where the GSBCA is a correct forum.) Offerors
are advised that award will be made to the lowest price submitted that
meets the requirements (option years included). FAR provision 52.212-3
Offeror Representations and Certifications-Commercial items, shall be
completed and submitted with the Bids. 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 (1) The
following FAR clauses are hereby incorporated by reference: 52.203-3
Gratuities, 52.217-5 Evaluation of Options, 52.224-1 Privacy Act
Notification, 52.224-2 Privacy Act, 52.225-11 Restrictions on Certain
Foreign Purchases, 52.232-18 Availability of Funds, and 52.237-2
Protection of Government Buildings, Equipment and Vegetation. The
following FAR Clauses are hereby incorporated in full text: FAR
52.217-8 Option to Extend Services: The Government may require
continued performance of any services within the limits and at the
rates specified in the contract. The option provision may be exercised
more than once, but the total extension of performance hereunder shall
not exceed 6 months. The Contracting Officer may exercise the option by
a written notice to the Contractor no less than 14 calendar days before
contract expiration; FAR 52.217-9 Option to Extend the Term of
Contract: The Government may extend the term of this contract by
written notice to the Contractor within the first day of the ensuing
option period, provided that the Government shall give the Contractor
a preliminary written notice of intent to extend at least 60 days
before the contract expires. The preliminary notice does not commit the
Government to an extension. If the Government exercises this option,
the extended contract shall be considered to include this option
provision. The total duration of this contract, including the exercise
of any options under this clause, shall not exceed five (5) years. The
following terms and conditions are hereby incorporated: Security
Requirements: A Security file will be maintained on each of the
contractor's employees for the contract duration. The following
information will be maintained in the file: National Crime Information
Center Check (DOJ-99) fingerprint check (FD-258); authority for
release of information (OPM-329A); and urinalysis test results, all in
accordance with the Bureau of Prisons (BOP) Program Statement 3000.02
Justice Acquisition Regulation (JAR) clause 2852.270-70, Contracting
Officer's Technical Representative. (IX) Offerors must include a
completed copy of the FAR provision 52.212-3 Offeror Representations
and Certifications-Commercial Items, with their proposals. (X) FAR
clause 52.212-4 applies to this solicitation. (XI) 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: 52.222-26 Equal Opportunity;
52.222-35 Affirmative Action for Special Disabled and Vietnam Era
Veterans; 52.222-36 Affirmative Action for Handicapped Workers;
52.222-37 Employment Reports on Special Disabled Veterans and Veteran
of the Vietnam Era; and 52.225-19 European Community Sanctions for
Services. (XII) FAR Clause 52.237-7 Indemnification and Medical
Liability Insurance applies to this solicitation. It is the
responsibility of the contractor to maintain malpractice insurance for
one million/three million dollars per specialty/per occurrence
coverage. (XIII) 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 Howard
L Hufford, Contracting Officer, by 2:00 pm local time, August 12, 1996.
All offers shall be clearly marked with the offeror's name and IFB
number. (XIV) For additional information, questions and availability of
forms and etc, please contact Howard L Hufford, Contracting Officer at
913-682-8700, extension 614. See Numbered Note 1. (193) Loren Data Corp. http://www.ld.com (SYN# 0087 19960716\Q-0001.SOL)
Q - Medical Services Index Page
|
|