|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1996 PSA#1656Federal Bureau of Prisons, United States Penitentiary, Regional
Contracting Office, Leavenworth, KS 66048-1254 Q -- SURGICAL SERVICES Sol RFQ135-343 Due 083096 POC Mary Upchurch,
Contracting Officer, 913-682-8700, extension 611 (I) This 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 solicitations will not be issued. (II) This
solicitation is issued as Request-For-Quote RFQ 135-343. (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 in-house cost effective Surgical consultation
services to the U S 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 as official consultation
form. All orders, prescriptions, and follow-up appointments issued by
the vendor are consider 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 2 (two) 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 must have an acceptable Medical
Degree, Physician licensure in a state, successfully completed a
recognized residency in Surgery, and hold a current state license that
permits them to practice their field of expertise in a state
(Preferably IL, KY, MO). 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 contact 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 Office. 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. 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 of 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 proposals, firm for 60 calendar days from the
date specified for receipt of proposals. Paragraph (e) multiple offers
has 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
to the responsible offeror whose proposal is responsive to the terms of
the RFQ 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 resonable 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 2852.70, 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 offeror's name and RFQ number.
(XVII) For additional information, questions and availability of forms,
etc., please contact Mary Upchurch, Contracting Officer at
913-682-8700, extension 611, or the mailing address shown for
submission of proposals. (219) Loren Data Corp. http://www.ld.com (SYN# 0097 19960809\Q-0004.SOL)
Q - Medical Services Index Page
|
|