|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 30,1996 PSA#1670Federal Bureau of Prisons, PO Box 9999, Milan, MI 48160 R -- MISCELLANEOUS MEDICAL RELATED SERVICES Contact Mark Wood (313)
439-1511 ext 320. (I) This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in the Federal
Acquisition Regulations (FAR) Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and
written solicitations will not be issued. (II) This solicitation is
issued as a Request for Proposal 117-00511. (III) The solicitation is
set aside for small business. It is advertised as full and open
competition with a Standard Industrial Classification Code (SIC) of
8049, with a size standard of 3.5 million. Other forms referenced
herein are required to be completed and submitted with all proposals.
(V) The Government is seeking a Qualified Contractor to provide
services in the fields of Audiology, and Dietary Sciences. In addition,
we are seeking an accredited Records Technologist to perform
non-personal services for the Federal Correctional Institution in
Milan, Michigan. The contractor cannot and will not perform the
following functions: supervise inmates; supervise Bureau of Prisons
staff; participate in inmate accountability; requisition, sign for, or
receive supplies for the government; formulate policy or procedures;
or attend staff functions. (VI) Contractors will be reimbursed for work
performed on a session basis. Each session for the Audiologist and
Records Technician will be 4 hours in length and each session for the
Dietician will be 2 hours in length. Contract not to exceed 30 hours
per week. The specific days and hours to be worked by the Contractor
shall be decided upon after contract award by mutual agreement between
the Contractor and the Contracting Officer. Documentation of training,
credentials, and insurance shall be submitted with each proposal.
Contractors for the Audiologist and Dietician positions must provide
licensure documentation. (VII) All equipment and supplies will be
furnished by the Government for use on premises. Inmate attendance at
the FCI will be monitored by Government personnel. 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. Providing services under this contract
will require frequent and unsupervised contact with inmates.
Audiologist contractor will evaluate and provide recommendations for
all cases referred by the medical staff and will be required to prepare
and submit reports of results of all testing. The Dietician contractor
will provide dietary consultation to the Medical Service and Food
Service departments concerning food preparation and selection and
recommendations for inmates with special medical needs. In addition,
the contractor will provide consultation and education to inmates
referred by medical staff with written reports prepared on all
consultations. Records Technician contractor will provide training and
expertise to unaccredited medical records staff, review records for
compliance to policies. (VIII) All contract effort will take place at
the Federal Correctional Institution (FCI) located in Milan, Michigan.
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, 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 Contracting Officer's Technical
Representative (COTR). David R. Anderson, Health Services
Administrator, is hereby designated to act as COTR under this contract.
The COTR is responsible for: receiving all deliverables; inspecting and
accepting the supplies and/or services provided herewith 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 presented
for acceptance of 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. (IX) 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 the
is solicitation and is hereby removed in its entirety for the purpose
of this solicitation. The following FAR clause is hereby incorporated
in full text: FAR 52.233-2 Service of Protest: Protests as defined in
Section 33.101 of the Federal Acquisition Regulations, that are filed
directly with an agency, and copies of any protests that are filed
with the General Accounting Office (GAO) or the General Services
Administration Board of Contract Appeals (GSBCA), shall be served on
the Contracting Officer (addressed as follows) by obtaining written and
dated acknowledgement from: Chief, Procurement and Property Branch;
Craig H Unger; Federal Bureau of Prisons, 320 First Street, NW;
Washington, DC 20534. The copy of any protest shall be received in the
office designated above on the same day a protest is filed with the or
within one day of filing a protest with the GAO. In this procurement,
you may not protest to the GSBCA because of the nature of the supplies
or services being procured. Offerors are advised that award will be
made to the lowest price submitted that meets the requirements. FAR
provision 52.212-3 Offeror Representations and
Certifications-Commercial Items, shall be completed and submitted with
the bids. 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: 52.203-3 Gratuities, 52.217-5 Evaluation of
Options, 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 52.237-2 Protection of Government Buildings,
Equipment and Vegetation. The following terms and conditions are hereby
incorporated: The following terms and conditions are hereby
incorporated: Security Requirements: A Security file will be maintained
on each of the contractor's employee's 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. (X)
Offerors must include a completed of FAR Provision 52.212-3 Offeror
Representations and Certifications-Commercial Items, with their
proposals. (XI) 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
52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Special
Disabled and Vietname Era Veterans; 52.222-36 Affirmative Action for
Handicapped Workers; 52.222-37 Employment Reports on Special Disabled
Handicapped Workers; 52.222.37 Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era; 52.225-19 European community
Sanctions for Services. (XII) Offers in original shall be received at
the Federal Correctional Institution, PO Box 9999, East Arkona Road,
Milan, Michigan 48160; Attention Mark Wood, Contracting Officer, by
2:00 pm (est) October 01, 1996. All offers shall be clearly marked with
the offeror's name and IFB number. (XIII) For additional information,
questions and availability of forms, please contact Mark Wood,
Contracting Officer at (313) 439-1511 ext 320. See Numbered Note 1.
(239) Loren Data Corp. http://www.ld.com (SYN# 0110 19960829\R-0001.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|