Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 5,1997 PSA#1924

Federal Bureau of Prisons, Western Regional Office -- Contracting, 6600 Goodfellow, Dublin, California 94568

Q -- MEDICAL SERVICES, DENTAL HYGIENIST/DENTAL ASSISTANT SERVICES, LOMPOC, CA 93436 SOL RFQ 116-0250-7 DUE 091997 POC Ricky R. Harold, Regional Contract Specialist, 510-803-2777 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document Request for Quotes (RFQ) 116-0250-7 and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation Circular 90-46. This procurement is being advertised as a total set-aside for small business, under standard industrial classification code 8021, with a small business size standard of 5.0 Million. Any quotes received from large business will not be considered for award. (A)Schedule: The Contractor(s) shall provide services for one (Dental Hygienist)and one (Dental Assistant/Dental X-Ray Technician) in the specialities of Dentistry for the United States Federal Penitentiary/Federal Prison Camp, 3901 Klein Blvd, Lompoc, CA 93436 for a Base Year and four one year option periods. Please provide a price per session (session is 1 hour in length), there will be approximately 1440 sessions per position and per year; please provide these prices separately for the Base Year, Option Period One, Option Period Two, Option Period Three, and Option Period Four. The period of performance is as follows: The Base Year of the contract shall be from 10/06/97 or Date of Award, whichever is later, through 9/30/98; Option Period One: 10/01/98-09/30/99; Option Period Two: 10/01/99-09/30/00; Option Period Three: 10/01/00-09/30/01; and Option Period Four: 10/01/01-09/30/02. Pursuant to FAR 17.203(d), bidders may offer varying prices for option periods. (B)Statement of Work: Purpose:(1) DENTAL HYGIENIST; The provision of professional dental hygienist services by a licensed dental hygienist to examine, evaluate, diagnose, recommend, and provide treatment for inmates with dental conditions requiring care. Also provide patient education regarding proper dental hygiene.(2) DENTAL ASSISTANT/DENTAL X-RAY TECHNICIAN; The provision of professional dental assistant/X-Ray Technician services by a certified and licensed individual. Performance of the following is required: chairside dental assisting,sterilization and disinfection techniques, and administrative functions to include; filing, scheduling of appointments, inventory/ordering of supplies, and performing Dental X-Rays. Correctional experience is desired but not mandatory for both positions. (i)Place of Performance: The place of performance will be the United States Federal Penitentiary and the Federal Prison Camp located at 3901 Klein Blvd, Lompoc, CA, 93436. (ii)Schedule: Services to be provided every Monday through Friday(excluding Federal holidays). There will be 6 sessions a day for both positions from 8:00AM to 2:30PM (which includes a 30 minute lunch break). (iii)Supplies: All supplies that the contractor(s) may routinely need for services at the institution will be provided by the Health Services Department (HSD). These supplies normally include examination equipment, and a method and material for recording findings. (iv)Method of Performance: The service provided, being professional in nature will be provided in the method as considered normal in the local community. These services, although not directly supervised, will be reviewed by a physician on staff of the HSD of the Institution. The performance of these services will also be verified by the designated Contracting Officer Technical Representative (COTR). (v)Patient Management: The contractor will be responsible for submitting written reports, evaluations, and/or plan of treatment for all patients evaluated. These reports may be in hand written form or typewritten form, verified by the Contractor's signature. All medical records remain the property of the Federal Bureau of Prisons. 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, diagnosis for specific medical treatment); the contractor will indemnify the Government for any liability producing act or omission by the contractor(s), 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 Dental Hygienist/Assistant Services; the contractor(s) are required to ensure that its subcontracts for provisions of health care services, contain the requirements of the clause at 52.237-7, including the maintenance of medical liability insurance. This will be a contractual arrangement and 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. (C)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) Paragraph (e) "Multiple Offers", has been determined by the Contracting Officer to be non-applicable to this solicitation and is hereby removed in its entirety for the purpose of this requirement. (3)Evaluation Factors for Award: Offerors are advised that quotes shall be evaluated without discussions. Award will be made to the responsible offeror whose quote is responsive to the items of the RFQ and is the best value to the government in terms of trade-off between price and technical merit. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.(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 offeror provide information on a reasonable number of recent and relevant contracts for the same or similar items, as well as the offeror'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:, is hereby incorporated by reference. (5) 52.215-18, Facsimile Proposals', 52.216-1, Type of Contract', are hereby incorporated by reference. (ii)FAR Provision 52.212-3, "Offeror Representations and Certifications -- Commercial Items", shall be completed and submitted with the offer. (iii)FAR Provision 52.233-2,"Service of Protest", is hereby added a)Protests, as defined in section 33.101 of the FAR 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, (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"; 52.204-1 Approval of Contract',, This approval is is one level above the Contracting Officer, 52-216-21 Requirements', 52.219-6, Notice of Small Business Set-Aside, 52-223-5, Pollution Prevention and Right-To-Know Information, 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 addenda: 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. 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 30 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, that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. JAR Clause 2852.279-70, "Contracting Officer's Technical Representative", is hereby incorporated in full text, (a) Jon Hinz, Health Services Administrator, Health Services Department, United States Penitentary, 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 payment 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 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 results will result in disallowance of an individual to perform under this contract). Offers in original and one copy shall be received at Bureau of Prisons, Western Regional Contracting Office, 6600 Goodfellow Street, Dublin, CA 94568, Attention Ricky R. Harold, Regional Contract Specialist, by 4:00 PM local time, on Friday, September 19, 1997. All offerors shall be clearly marked with the offerors name and RFQ number. For additional information, questions, and availability of forms, please contact Ricky R. Harold, Regional Contract Specialist, at 510-803-2777.***** (0245)

Loren Data Corp. http://www.ld.com (SYN# 0066 19970905\Q-0001.SOL)


Q - Medical Services Index Page