Loren Data Corp.

'

 
 

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

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

Q -- LICENSED DENTIST TO PROVIDE SERVICES TO INMATE POPULATION AT TERMINAL ISLAND, CA SOL IFB 148-3686 DUE 110496. Contact Diana Parr, Contract Specialist, 510/803-2788. 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 this notice. This announcement constitutes the only solicitation for bids. A written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-41. This procurement Is unrestricted and Is being advertised as full and open competition, under Standard Industrial Classification Code 8021, with a Small Business Size Standard of $5.0 Million. (A) Schedule: the contractor shall provide advanced and routine dental services to the inmate population at the Federal Correctional Institution, 1299 Seaside Avenue, Terminal Island, CA 90731 (FCI). Services will be provided as needed Monday through Friday from 7;30 a.m. through 4:00 p.m. (excluding federal holidays). Services will not be required on days BOP Chief Dental Officer is absent due to training, recruitment, sick or annual leave, except in the case of a dental emergency. Prices will be submitted on a per session basis. A session will equal one hour with an average number of 24 sessions estimated weekly, not to exceed 30 hours/week. Average number of patients will be estimated at one per hour. There will be a base year and four options. Provide per session price for base year and each option year separately. Periods of Performance: Base Year is 11/15/96 or date of award, whichever is later, through 9/30/97; Option Year One: 10/01/97-9/30/98; Option year Two: 10/01/98-9/30/99; Option Year Three: 10/01/99-9/30/00; and Option year Four: 10/01/00-9/30/01. Pursuant to FAR 17.203(d), bidders may offer varying prices for option periods. (B) Statement of Work: The Bureau of Prisons (BOP) intends to make an award to a licensed dentist who meet the requirements of this solicitation. All scheduling of days and hours, and any necessary rescheduling, will be mutually agreed upon by the contractor and the Chief Dental officer, who will also serve as the Contracting Officer's Technical Representative (COTR). Dental services will include, but not be limited to, visits to the facility to provide dental services to patients. No sedation or general anesthesiology duties will be required. Advanced, as well as routine, dental services are required and will be in line with those considered customary in a general dental practice. Proposed techniques must be in accordance with the BOP Dental Quality Management Statement (available upon request). Partial impactions, molar endodontics, and period surgery are required. Amount of time spent on each patient will depend on the involvement of the cental problem. The contractor will be required to become familiar with the BOP Health Services Manual, as contractor will be responsible for accurate documentation in the medical record and other appropriate forms as described therein. All documentation and records will remain the property of the BOP. Service is limited to procedures authorized by the local privilege statement. Any referrals must be approved by the BOP Chief Dental Officer/COTR. A quality management review will be performed monthly by the COTR. This contract is a nonpersonal health care services contract; the Government may evaluate the quality of services provided, but retains no control over the professional aspects of services rendered (e.g., professional judgements, etc); the contractor will indemnify the Government for any liability producing act or omission by the contractor and its agents during contract performance; the contractor will maintain medical liability insurance, in an amount not less than the amount prevailing within the local community; contractor is to ensure it's subcontractors provide requirements of clause at 52.237.7 as well. Dental equipment/supplies will be provided by the BOP Health Services Department. Health Requirements: The contractor shall ensure, through physical examinations and laboratory testing, that contractor and contractor-provided personnel shall be free from infectious diseases (e.g., active tuberculosis, viral hepatitis, etc.). Qualifications: Dentist must provide proof of graduation from an accredited Dental School and California State License to practice dentistry. Licensure must be maintained throughout performance under contract. One year of experience in a correctional setting is preferred, but is not mandatory. This contract is not a personnel appointment; payment is based on the provision of an end product or the accomplishment of a specific result; results to be obtained will be entirely within the contractor's own unsupervised determination; and the contractor will not be subject to Government supervision. All contractor personnel expected to provide contractual services under this contract shall attend a four-hour orientation program on safety/security procedures for the institution/FCI. The contractor shall adhere to all regulations prescribed by the FCI for the safety, custody and conduct of inmates. Reimbursement to the contractor for time spent in institutional security orientation or other periodic security-related training will be at the pro rata session price. The contractor shall provide documentation to the Health Services Administrator with respect to any violation of institutional regulations by any inmate. The following terms and conditions are hereby incorporated: Institution Security Requirements: In accordance with Federal Bureau of Prisons Program Statement 3000.02 (Human Resources Manual), 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 results will result in disallowance of an individual to perform under this contract). (c) Clauses and Provisions: JAR Clause 2852.279-70, ``Contracting Officer's Technical Representative'' (COTR) is hereby incorporated in full text: Carol Baxer, Chief Dental Officer, 310/732-5260/5273, is 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 the 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 invoices to the payment office and a conformed copy to the Contracting Officer. 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. (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 Invitation for Bid (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 (to 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'': 52.203-2, ``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 require 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 ensuing option period; provided, the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. Bids in original and one copy must be received at the following location: Federal Bureau of Prisons, Western Regional Contracting Office, 6600 Goodfellow Street, Dublin, CA 94568, by 2:00 p.m. local time, November 4, 1996. All bids shall be clearly marked ``Sealed Bid'' with the bidders name and IFB Number 148-3686. For additional information, forms, questions, please contact Diana Parr at 510/803-2788. (281)

Loren Data Corp. http://www.ld.com (SYN# 0055 19961011\Q-0002.SOL)


Q - Medical Services Index Page