Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 8,1996 PSA#1696

North Central Regional Contracting, 1300 Metropolitan Ave, Leavenworth, KS 66048

Q -- DENTAL ASSISTANT SERVICES SOL RFQ 430-0008 DUE 110196 POC Howard L. Hufford, Regional Contract Specialist, (913) 682-8700 Ext 614. 17. (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 430-0008. (III) The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular FAC42. (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 two (2) Dental Assistants to service the inmates at FCI and FPC Florence as requested by the institution clinical staff. The Dental Assistants will maintain the dry goods and pharmaceutical inventories, including ordering, restocking, loss control, and preventive maintenance of equipment used in the course of the treatment day. Will process all biomedical hazardous waste including special handling of needles, syringes, and instruments by the Service. Will control hazardous material inventories. Direct entries into the inmates Medical Record by the contractor is not permitted. 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 contractors 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 6 (six) hour sessions, 5 (five) session per week (each). 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, Monday thru Friday, 7:30am - 4:00pm, excluding official Federal holidays. This contract will be for one base year. The base year will be from date of award to 9/30/97. (VI) Offeror shall provide written documentation in their chosen filed of expertise, must be certified in their speciality, meeting the criteria for such designation by the appropriate regulatory bodies. Offerors 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 Federal Correctional Institution and Federal Prison Camp, 5880 State Highway 67 South, Florence, CO 81292. 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 contractors 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. Terry G. Haunschild, Health Services Administrator, FCI/FPC Florence, CO, (719) 784-9100, Ext. 4200, 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 contractors 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 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. Offerors are advised that award will be made to the offeror or offerors proposal that is responsive to the terms of the RFQ and is most advantageous to the government. Award will be made to a single offeror proposing two Dental Assistants or two separate offeror whose proposal is the lowest cost 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 offerors 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 Medial Liability Insurance, Justice Acquisition Regulation (JAR) clause 2852.270-70, Contracting Officers 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 contractors 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 Officers 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 signed, shall be received at the United States Penitentiary, Regional Contracting Office, 1300 Metropolitan Avenue, Leavenworth, KS, 66048-1254, Attention Howard L. Hufford, Contracting Officer, by 2:00 p.m. local time, 11/01/96. You may also FAX the proposal to 913-682-2102. All offers shall be clearly marked with the offerors name and RFQ number. (XVII) For additional information, questions and availability of forms, etc., please contact Howard L. Hufford, Contracting Officer at 913-682-8700, extension 614, or the mailing address shown for submission of proposals. (0278)

Loren Data Corp. http://www.ld.com (SYN# 0035 19961007\Q-0001.SOL)


Q - Medical Services Index Page