|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 19,1997 PSA#1934Metropolitan Detention Center, Federal Bureau of Prisons, 535 North
Alameda Street, Los Angeles, CA 90012-3405 Q -- RADIOLOGIST (DOCTOR OF RADIOLOGY) SERVICES FOR FEDERAL PRISONERS
SOL RFQ 224-0006-8 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 No. 224-0006-8. 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 8011, with a small business size standard of $5.0 million. (A)
Services required: Services of a Radiologist (Doctor of Radiology) 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 be performed 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 medical 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
varyinq prices for option periods. (E) Schedule: Two 3-hour sessions
per month, usually scheduled on Tuesdays and Thursdays, from 10:00 a.m.
to 1:00 p.m. (may be flexible as set by the COTR). Estimated number of
readings per month: 200 regulars (chest, plain abdomen, extremities,
lumbosacral, skull series, etc.) and approx. 15 specialized
(intravenous pyelogram, upper GI, barium studies, etc.) (F) All
supplies and materials that the contractor may routinely need for
services at MDC-LA will be provided by the Health Services Unit and
will 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 a
physician staff of Health Services Unit of MDC-LA. 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 Employersover 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 -- (board certified and
licensed to practice in the state of California); (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); (3) Technical Capabilities; and (4) 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 52.237-7 Indemnification and Medical
Liability Insurance: (a) It is expressly agreed and understood that
this is a nonpersonal services contract, as defined in FAR 37.101,
under which the professional services rendered by the Contractor are
rendered in its capacity as an independent contractor. The Government
may evaluate the quality of professionaland administrative services
provided, but retains no control over professional aspects of the
services rendered, including by example, the Contractor's professional
medical judgment, diagnosis, or specific medical treatments. The
Contractor shall be solely able for and expressly agrees to indemnify
the Government with respect to any liability producing acts or
omissions by it or by its employees or agents. The Contractor shall
maintain during the term of the contract liability insurance issued by
a responsible insurance carrier of not less than the following
amount(s) per specialty per occurrence: $1,000,000.00; Paragraphs (b),
(c), (d) and (e) of this clause FAR 52.237-7 are hereby incorporated
by reference in this solicitation, (f) The Contractor shall insert the
substance of this clause, including this paragraph (f), in all
subcontracts under this contract for health care services and shall
require such subcontractors to provide evidence of and maintain
insurance in accordance with paragraph (a) of this clause. At least 5
days before the commencement of work by any subcontractor, the
Contractor shall furnish to the Contracting Officer evidence of such
insurance. 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
incorporated 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 in the 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 Regulation (JAR) clause 2852.279-70,
"Contracting Officer's Technical Representative," is hereby
incorporated in full text, (a) Ms. Grace Terry, Health Services
Administrator, MDC-LA, telephone (213) 485-0439 ext. 114, 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,"
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. Send quotation 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 Friday, 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# 0063 19970919\Q-0003.SOL)
Q - Medical Services Index Page
|
|