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