|
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 SURGICAL SERVICES TO FEDERAL, MALE INMATES. PART TWO OF
TWO SEPARATE CBD NOTICES. Sol RFP102-0018 due 080996. POC Thomas Young,
Contracting Officer, 913-682-8700, extension 615. (I) This is a
continuation (part two of two) of 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. 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. Offerors are advised that proposals shall be
evaluated without discussions. Award might be made without discussions,
to the responsible offeror whose initial proposal is responsive to the
terms of the RFP and is most advantageous to the government. Business
references: In accordance with FAR subpart 9.104-1, each offeror is
required to provide information on a reasonable number of recent and
relevant contracts for the same or similar items, as well as the
offeror's primary financial institution, to include contract numbers,
points-of-contact, telephone numbers, and any other relevant
information, which will be used by the Contracting Officer in making a
responsibility determination about a prospective offeror. FAR
provision 52.212-3 Offeror Representations and
Certifications-Commercial Items, shall be completed and submitted with
the proposal. 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: 52.224-1 Privacy Act
Notification, 52.224-2 Privacy Act, 52.225-11 Restrictions on Certain
Foreign Purchases, 52.232-18 Availability of Funds and FAR 52.217-5
Evaluation of Options and 52.203-3 Gratuities. The following FAR
clauses are hereby incorporated in full text: FAR 52.204-1 Approval of
Contract: This contract is subject to the written approval of the
Bureau of Prisons, North Central Regional Contracting Office, and shall
not be binding until so approved; FAR 52.216-1 Type of Contract: The
Government contemplates award of a Firm-Fixed Price contract resulting
from this solicitation; 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) FAR provision 52.212-2,
evaluation factors for award, applies to this solicitation and the
following evaluation criteria (arranged in their relative order of
importance) are hereby incorporated: experience, price, qualifications,
and correctional experience. Technical and past performance will be
evaluated, and when combined, are as important as any other single
evaluation criteria. (X) Offerors must include a completed copy of the
FAR provision 52.212-3 Offeror Representations and
Certifications-Commercial Items, with their proposals. (XI) FAR clause
52.212-4 applies to this solicitation. (XII) 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: 52.203-6 Restrictions on
Subcontractor Sales to the Government, Alternate I; 52.203-10 Price or
Fee Adjustment for Illegal or Improper Activity; 52.219-8 Utilization
of Small Business Concerns and Small Disadvantaged Business Concerns;
52.222-5 Affirmative Action for Special Disabled and Vietnam Era
Veterans; 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for
Special Disabled and Vietnam Era Veterans, 52.222-37 Employment Reports
on Special Disabled Veterans of the Vietnam Era 52.222-36 Affirmative
Action for Handicapped Workers; 52.222-7 Employment Reports on Special
Disabled Veterans and Veteran of the Vietnam Era; and 52.225-19
European Community Sanctions for Services. (XIII) 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
speciality/per occurrence coverage. (XVI) 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 Thomas Young, Contracting Officer, by 2:00 p.m.
local time, 080996. All offers shall be clearly marked with the
offeror's name and RFP number. (XVII) For additional information,
questions, and availability of forms and etc., contact Thomas Young,
Contracting Officer at 913-682-8700, extension 615. (197) Loren Data Corp. http://www.ld.com (SYN# 0089 19960716\Q-0003.SOL)
Q - Medical Services Index Page
|
|