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 SURGICAL SERVICES TO FEDERAL, MALE INMATES, PART ONE OF TWO SEPARATE CBD NOTICES Sol. RFP102-0018. Due 080996. POC: Thomas Young, Contracting Officer, 913-682-8700, extension 615. (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-Proposal RFP102-0018. (III) The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular FAC38. (IV) This solicitation is not 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 3.5 million. A Procurement Integrity Certification and other forms referenced herein are required to be filled-out and submitted with all proposals. (V) The contractor shall provide out/in patient general surgical services to adult, male, federal inmates. (VI) This contract shall contain options for a base year and four one year option periods. Proposals 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 10/1/97-9/30/98; option period two 10/1/98-9/30/99; 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. Surgical services shall consist of the following: The general surgeon will provide surgical services to federal inmates and prisoners of the Denver area US Marshal's Service. The contractor will perform out-patient surgery either at a contract hospital or through a private surgical center if the surgical center fees are included in the proposal. Whenever possible several inmate surgeries will be grouped to be performed in one morning. Surgeries will be booked early in the morning schedule to facilitate release of the inmate back to the prison the same day. Quarterly, the contractor will conduct a clinic utilizing the health care facility at FCI-Englewood. This session will be for the purpose of evaluating patients to determine if surgery is necessary; and whether it can be performed on an out-patient or in-patient basis. Follow-up of surgery performed by the contractor will be provided through this clinic whenever possible. Minor biopsies, needle aspirates etc., will be done in FCI-Englewood's clinic as time and facilities allow. FCI-Englewood will supply all materials, equipment and minor support staff for these FCI clinic sessions. The contractor will be paid on a session basis with a fixed rate for each session provided. A session will include no more than ten patients to be evaluated. The Government will consider proposals consisting of per case, per diem, package rate by procedure or discount fee for service. Full details of the proposal rate, including schedules of fees or packages must be submitted with the proposal. The contractor will provide admission and surgical services for inmates requiring inpatient-surgery at one of the contract hospitals. The contractor must provide 24 hour coverage 365 days a year at the base session price offered. Per capita, per diem, discount fee for service and package by diagnosis rates will be considered in proposals. The following demographic information is provided to assist in preparing proposals: Approximate inmate population of 1000 male inmates age 18-70. Past two year's average number of patient days for surgical inpatient cases is two per admission. Most frequent diagnosis: Herniorrhaphy, R/O Appendicitis; appendectomy, Pilonidal cyst/anal fistula repair, Hemorrhoidectomy, Cholecystectomy, R/O small bowel obstruction, Lymph node biopsy. Specialized training and skills such as laparoscopic procedures will be evaluated as subfactors. Documentation of training, credentials and local hospital privileges to provide this care should be submitted with the proposal. The contractor must be board certified as a General Surgeon and licensed to practice in Colorado. The awarded contractor must maintain privileges at a local hospital to provide inpatient care to FCI Englewood's inmates. Offerors must provide documentation of credentials in their proposals. 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. 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), located at Littleton, CO, which includes a Federal Detention Center (FDC) and a Federal Prison Camp (FPC). 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). Mark Ippolito, Hospital Administrator, BOP, Health Services Department, FCI-Englewood, Littleton, CO, 303-201-0910, 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. (197)

Loren Data Corp. http://www.ld.com (SYN# 0088 19960716\Q-0002.SOL)


Q - Medical Services Index Page