|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1996 PSA#1656Federal Bureau of Prisons, United States Penitentiary, Regional
Contracting Office, Leavenworth, KS 66048-1254 Q -- DIETICIAN SERVICES SOL RFQ135-337 DUE 083096. POC Mary Upchurch,
Contracting Officer, 913-682-8700, extension 611. (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;
quotes are being requested and written solicitation will not be issued.
(II) This solicitation is issued as Request-For-Quote RFQ 135-337.
(III) The solicitation document and incorporated provisions are those
in effect through Federal Acquisition Circular FAC39. (IV) This
solicitation is 100% SET-ASIDE for small business. It is advertised as
full and open competition with a Standard Industrial Classification
Code (SIC) of 8099, with a size standard of 3.5 million. (V) (Line Item
One): The contractor shall provide the necessary specially skill,
educational background, and professional expertise in the field of
Dietetics in order to evaluate the dietary requirements/constraints for
inmates housed patients at United States Penitentiary and Federal
Prison Camp at Marion, IL. Offeror will provide professional evaluation
and treatment, only in their field of expertise, to inmates that are
referred to the contractor by USP, Marion Medical Staff members. Direct
entries into the inmate's Medical Record by the contractor is not
permitted. Each patient encounter will be documented using an official
consultation form. All comments are considered recommendations until
countersigned and approved by the Clinical Director or designee.
Provision of services under this contract will require frequent and
unsupervised contact with inmates. Contractor will not be responsible
for the administrative management of inmates other than to ensure that
those inmate involved in activities within the contractor's scope of
work shall abide by all rules in effect to ensure their safety and well
being. Contractor will report any infraction of institution rules and
regulations on the part of the inmate to the Health Services
Administrator. Services to be provided in 8 (eight) hour sessions, 1
(one) session per month. Specific dates and times of visits will be
determined mutually between the contractor and the Health Services
Administrator. Services to be provided in 8 (eight) hour sessions, 1
(one) session per month. Specific dates and times of visits will be
determined mutually between the contractor and the Health Services
Administrator. Hours of work must be during normal work days and hours,
Monday through Friday, 7:30am - 4:00pm, excluding official Government
holidays. This contract will be for one base year and four option
years. The base year will be from date of award to 9/30/97. The first
option year will be 10/1/97 - 9/30/98; second option year will be
10/1/98 - 9/30/99; third option year will be 10/1/99 to 9/30/2000; and
the fourth option year will be 10/1/2000 - 9/30/2001. (VI) Offeror
shall be board certified in their chosen field of expertise and hold a
current State license that permits them to practice their professional
speciality in the State of Illinois. Required documentation for
appointment consist of (a) primary source verification of credential by
a JCAHO standards; (b) a copy of applicants current state licensure
(Preferable the state of Illinois); (c) a copy of applicant's current
private malpractice insurance; (d) approval of Application for
Appointment to the Medical Staff; and (e) security clearance including
a drug screening urine. 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. (VII) All contract
effort will take place at the United States Penitentiary and Federal
Prison Camp, Route 5, Little Grassy Road, Marion, IL 62959. All program
supplies will be furnished by the Government. 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
contractor employees from working under this contract. The contractor's
performance will be monitored by the Contracting Officers Technical
Representative (COTR) in accordance with Justice Acquisition Regulation
(JAR) clause 2852.270-70, ``Contracting Officers Technical
Representative''. Larry Madigan, Health Services Administrator, USP and
FPC Marion, IL (618) 964-1441, Ext. 241, 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 clauses, 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 the 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 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 to the responsible offeror whose
proposal is responsive to the terms of the RFQ and is mot 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 to make 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: 52.232-18 Availability of
Funds, 52.203-3 Gratuities, 52.224-1 Privacy Act Notification, 52.224-2
Privacy Act, 52.225-11 Restrictions on Certain Foreign Purchases,
52.228-5 Insurance - Work on a Government Installation, 52.237-2
Protection of Government Buildings, Equipment and Vegetation, 52.237-5
Indemnification and Medical Liability Insurance, Justice Acquisition
Regulation (JAR) clause 2852.270-70, Contracting Officer's Technical
Representative. FAR clauses are hereby incorporated in full text: FAR
52.216-1 Type of Contract: The Government contemplates award of a
Firm-Fixed Price contract resulting from this solicitation. 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 applies
to this solicitation and the following evaluation criteria (arranged in
their relative order of importance) are hereby incorporated: Cost,
Professional Qualifications, Correctional Experience. (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; 52.217-8 Option to
Extend Services; 52.217-9 Option to Extend the Term of the Contract;
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 (E.O. 11246),
52.222-35 Affirmative Action for Special Disabled and Vietnam Era
Veterans (38 U.S.C. 4212), 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. (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 Mary
Upchurch, Contracting Officer, by 2:00 p.m. local time, 8/30/96. All
offers shall be clearly marked with the offeror's name and RFQ number.
(XVII) For additional information, questions and availability of
forms, etc., please contact Mary Upchurch, Contracting Officer at
913-682-7800, extension 611, or the mailing address shown for
submission of proposals. (219) Loren Data Corp. http://www.ld.com (SYN# 0094 19960809\Q-0001.SOL)
Q - Medical Services Index Page
|
|