Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 12,1996 PSA#1719

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

Q -- Q MEDICAL SERVICES SOL RFQ 439-0237 DUE 112596 POC Larry Burgess, Contract Specialist 913-682-8700, ext 616. 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-Quotation (RFQ) 439-0237. (III) The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular FAC-42. (IV) This solicitation is 100% set-aside for small business. The Standard Classification Code (SIC) is 8099, with a size standard of 5.0 million dollars. (V) (Line Item One): Offeror to provide on-site -X-ray technician services to federal prisoners incarcerated at the Federal Correctional Institution, Greenville, Illinois.. Contractor to provide the following services, provide x-ray services including taking, processing and storing of radiologic films to inmates referred to the contractor by FCI Greenville staff members. The contractor will also provide technical support for the Radiologist during fluoroscopy procedures performed at FCI Greenville. Direct entries into the inmates Medical Record by the contractor are not permitted. Each patient encountered will be documented using a x-ray request or official consultation form. Service to be provided in 2-four-hour session per week for an estimated eighty sessions during the estimated contract base period of 12/1-1996 through 9/30/1997 with four option years. Each four-hour session shall be from 7:30 a.m. to 4:00 p.m. . Specific times will be mutually agreed upon by the contractor and Health Services Administrator., During emergency situations, the prospective consultant will be paid the pro-rated amount, (same rate per session). Please provide per session prices separately for each option year .The option years are as follows: the base year (12/1/96-9/30/97),option year one (10/1/97- 9/30/98), option year two (10/1/98-9/30/99), option three (10/1/99-9/30/00, option year four (10/1/00-9/0/01). Pursuant to FAR 17.203(d) bidders may offer varying prices for option periods. To continue services in accordance with FAR clause 52.217-9 Option to Extend the Term of the Contract. The Contracting Officer must provide written notice to the Contractor within 14 calendar days, provided, that 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. (VI) The contractor shall have current certification in their chosen field of expertise that permits them to practice their professional speciality in the State of Illinois for the duration of the contract. Contractor must agree to adhere to the Privacy Act of 1974 and all regulations prescribed by the Federal Correctional Institution, Greenville, Illinois. Contractor must attend a four-hour training session prior to assuming institutional involvement. The resulting contract to provide the above services will be considered a contractual agreement and not a personnel appointment to a federal position. The contractor will be monitored to ensure that the end results are obtained. Justice Acquisition Regulation (JAR) clause 2852.270-70, Contracting Officers Technical Representative, The contractors performance will be monitored by the COTR Frank Labore, COTR, FCI Greenville, 618-664-6200, 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 here under 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. For security reasons, the Government reserves the right to prohibit certain contractor employees from working under this contract. In accordance with the Prompt Payment Act, contract payments will be made monthly, based on sessions received by the Government.(VII) All contract performance will take place at the Federal Correctional Institution, Greenville, Illinois,, during the estimated date of December 1, 1996 through September 30, 1997, with four option years. (VIII) FAR provision 52.212-1 Instructions to Offerors-Commercial is hereby included by reference. The following are addenda to FAR Provision 52.212-1: At paragraph C Period for Acceptance of Offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. At the paragraph (e) multiple offers has been determined by the Contracting Officer not to be applicable to this solicitation and is hereby removed in its entirety for the purpose of this requirement. At the paragraph (h) multiple awards, is not applicable to this requirement. (IX) FAR provision 52.212-2 is incorporated by reference with the following addenda, in a paragraph (a), the government will evaluate proposals of equal importance in the following order A, Prior experience in correctional radiology B : Cost to the Government C: Prior military or non-correctional health care D:: State Certification to practice in specialty field .(X) FAR provision 52.212- 3, Offeror Representations and Certifications-Commercial Items, will be completed and submitted with the proposal. (XI) 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. The following FAR clauses are incorporated by reference: 52.232-18 Availability of Funds, 52.203-3 Gratuities, 52.224-1 Privacy Act Notification, 52.224-2 Privacy Act, and 52-225-11 Restrictions on Certain Foreign Purchases, 52.237-7 Indemnification and Medical Liability Insurance (SEP 1989), Justice Acquisition Regulation (JAR) Clause 2852.270-70, Contracting Officers Technical Representative, 52.237-1, Site Visit 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984), 52.228-5 Insurance, Work on a Government installation. (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 in paragraph (b): 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 (29 U.S.C. 793), Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), (XIII) The contractor agrees to adhere to all regulations prescribed by the institution for safety, security, custody and conduct of inmates. This award may be made without discussions. The contractor shall maintain during the term of any resulting contract liability insurance issued by a responsible insurance carrier of not less than the State of Illinois minimum requirement or $300,000 per specialty, per occurance. (XIV) Defense Priorities and Allocations system (DPAS) is not applicable for this procurement action. (XV) See numbered note one (XVI) Offers in original and one (1) copy shall be received at United States Penitentiary, Regional Contracting Office, 1300 Metropolitan Avenue, Leavenworth, KS 66048-1254, Attention Larry Burgess, Contracting Officer, by 4:00 p.m., local time November 25, 1996. All offers shall be clearly marked with the offeror's name and Request for Quotation number. (XVII) For additional information, questions and availability of forms, please contact Larry Burgess, Contracting Officer at 913-682-8700, extension 616. (0312)

Loren Data Corp. http://www.ld.com (SYN# 0063 19961108\Q-0001.SOL)


Q - Medical Services Index Page