|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1997 PSA#1932Metropolitan Detention Center, Federal Bureau of Prisons, 535 North
Alameda Street, Los Angeles, CA 90012-3405 R -- RELIGIOUS SERVICES OF AN ISLAMIC/MUSLIM IMAM FOR FEDERAL
PRISONERS SOL 224-0002-8 DUE 092997 POC Rosalinda Lucio, Contract
Specialist, (213) 485-0439, ext. 148; John Frazier, Contracting
Officer, ext. 147, FAX (213) 253-9523. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR 12.6, as supplemented with additional information
included in this notice. This announcement constitutes the only
solicitation; quotations are being requested and a written solicitation
will not be issued. This solicitation is hereby issued as a Request for
Quotation (RFQ) No. 224-0002-8. The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Regulation Circular 90-46. This procurement is being
advertised as full and open competition, under standard industrial
classification code 8661, with a small business size standard of $5.0
million. (A) Services required: Religious services of an Islamic/Muslim
Imam for federal offenders committed to the care and custody of the
United States Attorney General (inmates) at the Metropolitan Detention
Center, 535 North Alameda Street, Los Angeles, California, also known
as "MDC-LA". (B) Services shall beperformed in accordance with
standards and methods generally accepted within the contractor's field
of expertise and consistent with the quality assurance requirements of
the Bureau of Prisons (BOP). All inmate records covered under this
contract are subject to the Privacy Act and shall remain the property
of the BOP. (C) Place of Performance: Metropolitan Detention Center,
535 North Alameda Street, Los Angeles, CA 90012. (D) Period of
Performance: The Base Year of the contract shall be from 10/01/97 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.
Please provide prices per session and yearly total separately for: the
Base Year, Option Period One, Option Period Two, Option Period Three,
and Option Period Four. Pursuant to FAR 17.203(d), offerors may quote
varying prices for option periods. (E) Estimated number of sessions
per year: fifty-two (52)4-hour sessions. Hours and days are to be
coordinated with the MDC-LA Chaplain or designee. As needed and
appropriate, the contractor will visit the Special housing Unit (SHU)
under direct visual supervision of a BOP staff. (F) All supplies and
materials that the contractor may routinely need for services at MDC-LA
will be provided by the Religious Services Department and shall remain
the property of the Government. (G) Method of Performance: The
services provided, being professional in nature will be provided in the
method considered to be normal in the local community. These services,
although not directly supervised will be reviewed by the MDC-LA
Chaplain. The performance of these services shall also be verified by
the designated Contracting Officer's Technical Representative (COTR).
The contractor will be responsible for submitting written reports
verified with the contractor's signature. (H) This contract is a
Non-Personal Service contract; the Government reserves the right to
evaluate the quality of professional and/or administrative services
provided, but retains no control over the professional aspects of
services rendered. This will be a contractual arrangement not a
personnel appointment; payment is based on the provision of an end
product or the accomplishment of a specific task. Results to be
obtained are within the contractor's own unsupervised determination.
The contractor will not be subject to Government supervision but its
efforts will be monitored for quality assurance by the designated COTR.
(I) Security Requirements: Program Statement 3000.02, contract
employees entering the institution will be subject to investigative
procedures, prior to performance: 4-hour Orientation Program -- The
Contractor shall be reimbursed at the prorated contract amount. NCIC
(National Crime Information Center); DOJ-99 (Name Check); FD-99
(Fingerprint Check); Law Enforcement Agency Checks; Vouchering of
Employers over past 5 years; Resume/Personal Qualifications Statement;
OPM-329-A (Authority for Release of Information) and a Urinalysis Test
(positive urinalysis and any individual who does not pass the security
clearance will not be able to work within the secure perimeter of the
institution. (B.1) FAR 52.212-1, Instructions to Offerors --
Commercial Items," letters (a) through (h) applies to this acquisition;
letter (i) "Availability of requirements documents cited in the
solicitation," is not applicable to this solicitation. Submission of
Quotations: Each quotation should address: (1) Professional
Qualifications -- must be an Islamic Imam with denominational
endorsement and must have recognized authority within the faith (submit
certificate, credentials, license, letter, etc.); (2) Experience -- in
order to assist the Contracting Officer in making responsibility
determination about a prospective contractor, 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); and (3) Price. Offerors are advised that all quotations
shall be evaluated IAW FAR 13.106-2 and an order will be issued to the
responsible contractor whose quotation is responsive to the items of
the RFQ and is most advantageous to the Government. FAR 52.212-3
"Offeror Representations and Certifications -- Commercial Items", shall
be completed and submitted with the quotation. The following FAR
provisions are hereby incorporated into this solicitation and resulting
contract as an addendum to FAR 52.212-1; 52.237-1 Site Visit; FAR
clause 52.212-4 Contract Terms and Conditions-Commercial Items,"
applies to this acquisition. (B.2) Addendum to FAR clause 52.212-4: The
following FAR clauses are hereby incorporated into the contract by
reference: 52.219-6 Notice of Total 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; 52.237-3 Continuity of
Services; 52.232-18 Availability of Funds; 52.225-11 Restrictions on
Certain Foreign Purchases; 52.237-2 Protection of Government Buildings,
Equipment, and Vegetation. FAR clauses in 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 six 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 10 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. (b) If the Government exercises this
option, the extended contract shall be considered to include this
option provision. (c) The total duration of this contract, including
the exercise of any options under this contract clause shall not exceed
60 months (5 years). 52.216-21 Requirements: This is a requirements
contract for the supplies or services specified, and effective for the
period stated, in the Schedule. The quantities of supplies or services
specified in the Schedule are estimates only and are not purchased by
this contract. Except as this contract may otherwise provide, if the
Government's requirements do not result in orders in the quantities
described as "estimated" or "maximum" in the Schedule, that fact shall
not constitute the basis for an equitable price adjustment. The
estimated quantities are not the total requirements of the Government
activity specified inthe Schedule, but are estimates of requirements in
excess of the quantities that the activity may itself furnish within
its own capabilities. Except as this contract otherwise provides, the
Government shall order from the Contractor all of that activity's
requirements for supplies and services specified in the Schedule that
exceed the quantities that the activity may furnish within its own
capabilities. Justice Acquisition Regulations (JAR) clause 2852.279-70,
"Contracting Officer's Technical Representative," is hereby
incorporated in full text, (a) Father Charles Mark Santo, Chaplain,
Religious Services Department, MDC-LA, telephone 213-253-9575, is
hereby designated as the 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 services to accomplish
the contractual Scope of Work; evaluating performance; and certifying
all invoices/vouchers for acceptance of the services furnished for
payment prior to forwarding the original invoices to the payment office
and a confirmed copy to the Contracting Officer. (c) 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 sign the modification and issue such changes
in writing.; FAR Clause 52.212-5, "Contract Terms and Conditions
Required to Implement Statutes or Executive Order-Commercial Items,"
hereby applies to this acquisition. In accordance with FAR 52.212-5,
the following FAR clauses are hereby incorporated by reference:
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. All responsible sources may
submit a quotation which will be considered. Please submit quotation in
original and one copy to: Metropolitan Detention Center, 535 North
Alameda Street, Los Angeles, CA 90012-3405, Attention: Rosalinda Lucio,
Contract Specialist, by 1:00 p.m. local time, on Monday, September 29,
1997. For additional information, questions, and availability of
forms, please call (213) 485-0439, ext. 148. All fax communications are
also accepted at (213) 253-9523. (0258) Loren Data Corp. http://www.ld.com (SYN# 0103 19970917\R-0012.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|