Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 15,1996 PSA#1700

Federal Bureau of Prisons, Western Regional Office, 6600 Goodfellow St., Dublin, CA 94568

Q -- MAGNETIC RESONANCE IMAGING (MRI) AND COMPUTERIZED TOMOGRAPHY (CT) SERVICES AT THE U.S. PENITENTIARY, AND FEDERAL PRISON CAMP, 3901 KLEIN BLVD., LOMPOC, CA 93436 SOL IFB 116-0365 DUE 102996. Contact Point, Jim Cooper, 510-803-2775. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. (PLEASE READ THE FOLLOWING SENTENCE CAREFULLY) This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. This solicitation is an Invitation for Bids (IFB) 116-0365. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation Circular 90-42. This procurement is being advertised as full and open competition, under Standard Industrial Classification (SIC) code 8071, with a small business size standard of $5.0 Million. (A) Schedule: Magnetic Resonance Imaging (MRI) and Computerized Tomography (CT) services at the U.S. Penitentiary (USP), and Federal Prison Camp (FPC), 3901 Klein Blvd., Lompoc, CA 93436, for a Base Year and three one year option periods. The services are normally scheduled to be provided for ONE (1) session per month. A session is EIGHT (8) hours. Sessions will be scheduled through the Health Administrator. The contractor must be flexible and able to accommodate varying schedule days. Monthly scheduled sessions will be conducted from 7:30 a.m. to 3:30 p.m. on a weekday, Monday thru Friday. A LOG OF MEDICAL CONSULTANT VISITS must be signed at each visit. Please provide a price per Session. Please provide separate prices for the Base year, Option Period One, Option Period Two, and Option Period Three (estimated 1 exam per month, for an estimated total of 12 exams per contract year). The period of performance is as follows: The Base Year of the contract shall be from 10/29/96 or Date of Award, whichever is later, through 9/30/97; Option Period One: 10/01/97-09/30/98; Option Period Two: 10/01/98-09/30/99; Option Period Three: 10/01/99-09/30/00. Pursuant to FAR 17.203(d), bidders may offer varying prices for option periods. (B) Statement of Work: The provision of professional Magnetic Resonance Imaging (MRI) services by a Certified Technician, and interpretation by a qualified Radiologist. (C) Place of Performance: The U.S. Penitentiary and the Federal Prison Camp located at 3901 Klein Blvd., Lompoc, CA 93436. (D) Supplies: contractor will supply M.R.I. Unit, film and contrast. The Government will supply patients gowns, linens, and other routine patients supplies. (E) Method of Performance: The services of Professional and Mobile MRI and CT services, including MRI and CT studies as ordered by the Clinical Director, USP Lompoc, are based on community standards and are measurable by both the Contractor and the Government (COTR). The Government will provide a physician to infuse the contrast media if indicated for the imaging procedures. After interpretation by the Radiologist, the Contractor will fax all interpretation reports to the USP Health Services Department within 48 hours of the end of the session. Contractor will provide a copy of the films to USP Health Services within 72 hours of the end of the session. All medical records remain the property of the Federal Bureau of Prisons. These services, although not directly supervised, will be reviewed by a physician on staff of the Health Services Department of the Institution. This contract is a nonpersonal health care services contract; the Government may evaluate the quality of professional and administrative services provided, but retains no control over the medical, professional aspects of services rendered (e.g., professional judgments); the contractor will indemnify the Government for any liability producing act or omission by the contractor, its employees and agents occurring during contract performance; the contractor will maintain medical liability insurance, in an amount which is not less than the amount normally prevailing within the local community of Lompoc, California, for M.R.I./C.T. Services; the contractor is required to ensure that its subcontracts for provisions of health care services, contain the requirements of the clause at 52.237-7. This is a contractual agreement, not a government appointment. Payment will be based on the accomplishment of the end product or specific results. The performance of these services will be verified by the designated Contracting Officer Technical Representative (COTR). (F) Patient/Inmate Management: The Contractor will not be responsible for management of inmates. The USP will provide staff to be continuously present with the Contractor's personnel while at the institution. Any infractions of institution rules, regulations or policies on the part of an inmate shall be immediately reported to the Health Services Administrator, COTR or any Government staff present. The Contractor will be required to submit a memorandum of such incidents. The Contractor will also report emergencies or any extraordinary situations that may arise. (G) Institution Security: The Contractor agrees to adhere to all regulations prescribed by the institution for safety, custody and conduct of inmates. The Contractor shall attend an orientation program prior to assuming institution involvement. Reimbursement to the Contractor for time spent in institution orientation or other security relating training will be at the Session rate prorated hourly. (H) Credentials: A mobile MRI and CT unit that is approved and licensed to provide services in the State of California. The personnel performing the MRI and CT procedures will have the license and/or certification required by the State of California for performing MRI and CT procedures. (I) Clauses/Provisions: (I) Far Clause 52.212-1, ``Instructions to Offerors-Commercial,'' is hereby included by reference. The following are addenda to FAR Clause 52.212-1: (1) Paragraph (c) ``Period of Acceptance of Offers`, the amount of time the offeror agrees to hold the prices in its offer firm is changed to 60 calendar days from date specified for receipt of offers. (2) Paragraphs (e) ``Multiple Offers'', and (h) ``Multiple Awards'', have been determined by the Contracting Officer to be non-applicable to this solicitation and are hereby removed in their entirety for the purpose of this requirement. (3) Evaluation Factors for Award: Bidders are advised that bids shall be evaluated without discussions. Award will be made to the responsible bidders whose bid is responsive to the items of the IFB and is most advantageous to the Government, considering only price and price-related factors, if any, as specified in the solicitation. (4) Business References: In order to assist the Contracting Officer in making a responsibility determination about a prospective contractor, in accordance with FAR Subpart 9.104-1, it is required that each bidder provide information on a reasonable number of recent and relevant contracts for the same or similar items, as well as the bidder's primary financial institution (include contract numbers, points of contact`` telephone numbers, and any other relevant information). The following provision is hereby incorporated into this solicitation and resulting contract as an addendum to FAR Clause 52.212-1: FAR Provision 52.214-10, ``Contract Award-Sealed Bidding'', is hereby incorporated by reference. (ii) FAR Provision 52.212-3, ``Offeror Representations and Certifications - Commercial Items,'' shall be completed and submitted with the bid. (iii) FAR Provision 52.233-2, ``Service of Protest'', is hereby incorporated in full text, (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Chief, Procurement and Property Branch, Federal Bureau of Prisons, 320 First Street N.W., Washington, D.C. 20534, (b) The copy of any protest shall be received in the office designated above within one date of filing a protest with the GAO. (iii) FAR Clause 52.212-4, ``Contract Terms and Conditions-Commercial Items,'' hereby applies to this acquisition. The following are addenda to FAR Clause 52.212-4: (1) The following FAR Clauses are hereby incorporated by reference, pursuant to FAR Clause 52.252-2 ``Clauses 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''; 52.237-2, ``Protection of Government Buildings, Equipment, and Vegetation''; 52.237-3, ``Continuity of Services''; 52.237-7, ``Indemnification and Medical Liability Insurance''. The following FAR Clauses are hereby incorporated into this solicitation/contract by full text: 52.217-8, ``Option to Extend Services'': The Government may required continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days of the expiration of the contract year 52.217-9, ``Option to Extend the Term of the Contract'': (a) The Government may extend the term of this contract by written notice to the Contractor within one day of the ensuring option period; provided, that the Government shall give the Contractor a preliminary written notice does not commit the Government to an extension. JAR Clause 2852.279-70, ``Contracting Officer's Technical Representative'', is hereby incorporated in full text, (a) Mr. James Reed of the Health Services Department, USP Lompoc, California, is hereby designated to act as Contracting Officer's Technical Representative (COTR) under this contract. (b) 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 payments prior to forwarding the original invoices to the payment office and a conformed copy to the Contracting Officer. (C) The COTR does not have 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 of the agreement. 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 and signed. (iv) 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''; 52.219-8, ``Utilization of Small, Small Disadvantaged and Women-Owned Small Business Concerns''; 52.222-26, ``Equal Opportunity''; 52.222-35, ``Affirmative Action for Special Disabled and Vietnam Era Veterans''; 52.222-36, ``Affirmative Action for Handicapped Workers''; 52.222-37, ``Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era''. The following terms and conditions are hereby incorporated: Security Requirements: In accordance with Program Statement 3000.02, contract employees entering the institution will be subject to the following investigative procedures, prior to performance: NCIC Check(National Crime Information Center); DOJ-99(Name Check); FD-99(Fingerprint Check); Law Enforcement Agency Checks; Vouchering of Employers over past 5 years; Personal Qualifications Statement; OPM-329-A(Authority for Release of Information); and a Urinalysis Test (positive tests will result in disallowance of an individual to perform under this contract). Offers in original and one copy shall be received at the following address: Federal Bureau of Prisons, Western Regional Contracting Office, 6600 Goodfellow Street, (Camp Parks) Dublin, CA 94568, Attention: Jim Cooper, Contracting Officer, by 2:00 PM local time, on Thursday, October 29, 1996. All bids shall be clearly marked with the bidders name and IFB number. For additional information, questions, and availability of forms, please contact Jim Cooper, Contracting Officer, at 510-803-2775. (281)

Loren Data Corp. http://www.ld.com (SYN# 0054 19961011\Q-0001.SOL)


Q - Medical Services Index Page