|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 13,1996 PSA#1720North Central Regional Contracting, 1300 Metropolitan Ave, Leavenworth,
KS 66048 Q -- RADIOLOGY TECHNICIAN SOL RFQ132-0025 DUE 112996 POC M. Upchurch,
Contract Specialist, 913-682-8700, extension 611. (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
132-0025. (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 5.0 million.
(V) (Line Item One): The contractor shall provide Radiology Technician
services for the inmates incarcerated at the Federal Prison Camp and
U S Penitentiary at Leavenworth, KS. Offeror shall be qualified to take
all types of radiographs including taking any position or technique
requested on any part or bone in the body while exercising extreme tact
and patience in position and instructing patient and in obtaining the
cooperation and understanding of the patient. Offeror will be
responsible for maintaining necessary records (to include daily
records), requisition, unpacks and stores films and developing, fixing
and replenishing solutions, cleaning cassettes (keeping them free of
dust, blood and debris), ensures maximum protection of unexposed films
and maintain a clean and orderly dark room. Offeror reads x-rays
sufficiently to ensure that film is artifact free, correctly position
and exposed, correctly developed and is best film that can be taken.
Takes initiate to take additional films to obtain clearer diagnoses.
Calls significant findings to attention of medical officer. 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 contractor's 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 2(two) hour sessions,
15(fifteen) session per week(not to exceed 30 hours per week). 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 and hours, Monday through Friday, 7:30am -
4:00pm, excluding official Government holidays. This contract will be
for date of award to 9/30/97. (VI) Offeror must have completed a formal
course of study in Radiologic Technology and be certified. Required
documentation for appointment consist of (a) certification or course
completion proof, (b) a copy of applicant's current private malpractice
insurance, and (c) security clearance including a drug screening urine.
Offeror 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 United States Penitentiary, 1300 Metropolitan, Leavenworth, KS
66048. 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 contractor's
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''. Debra Charlton-Shepherd, Health Services
Administrator, USP Leavenworth, KS (913) 682-8700, Ext. 250, 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
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. (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. Paragraph (e) multiple offers has been
determined by the Contracting Officer to be non-acceptable to this
solicitation and is hereby removed in its entirety for the purpose of
this requirement. Offerors are advised that proposals shall be
evaluated without discussions. Award might be made to the responsible
offeror whose proposal is responsive to the terms of the RFQ and is
most advantageous 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
contractor's 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
Officer's Technical Representative. (IX) Offerors must include a
completed copy of the FAR provision 52.212-3 Offeror Representations
and Certifications-Commercial Items, with their proposals. (X) FAR
clause 52.212-4 applies to this solicitation. (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: 52.203-6 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 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.(XII) Offers in original and two (2) copies shall be received
at United States Penitentiary, Regional Contracting Office, 1300
Metropolitan Avenue, Leavenworth, KS, 66048-1254, Attention Mary
Upchurch, Contracting Officer, by 2:00 p.m. local time, 11/29/96. All
offers shall be clearly marked with the offeror's name and RFQ number.
(XIII) For additional information, questions and availability of
forms, etc., please contact Mary Upchurch, Contracting Officer at
913-682-8700, extension 611, or the mailing address shown for
submission of proposals. (0313) Loren Data Corp. http://www.ld.com (SYN# 0052 19961112\Q-0001.SOL)
Q - Medical Services Index Page
|
|