Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 17,1996 PSA#1638

Federal 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