|
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 R -- RELIGIOUS SERVICES OF A PROTESTANT MINISTER FOR FEDERAL PRISONERS
SOL 224-0003-8 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.
224-0003-8. 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 a Protestant Minister 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
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: One-hundred (100)
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 ordained minister with denominational
endorsement or must have recognized authority within the that 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. Applicable 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 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 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 whichclarifies 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# 0076 19970919\R-0003.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|