|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 13,1996 PSA#1657Federal Bureau of Prisons, United States Penitentiary, Regional
Contracting Office, Leavenworth, KS 66048-1254 Q -- EAR, NOSE, THROAT SERVICES Sol RFQ135-341 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 solicitations will not be
issued. (II) This solicitation is issued as Request-For-Quote RFQ
135-341. (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 Ear, Nose and Throat 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 an official consultation form. All orders,
prescriptions, and follow-up appointments issued by the vendor 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 will 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 4 (four) 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, 730am - 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 ENT, and hold a current license in ENT is a state,
preferable 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 (CORT)
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 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 and
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 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 offer 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 win 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
proposal. (XI) FAR 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 the 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 913-682-8700, extension 611, or the
mailing address shown for submission of proposals. (219) Loren Data Corp. http://www.ld.com (SYN# 0061 19960812\Q-0002.SOL)
Q - Medical Services Index Page
|
|