|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8,1998 PSA#2175JUSTICE -- PRISONS, Federal Correctional Institution, P.O. Box 89, 8730
Scroggs Road, Elkton, OH 44415 Q -- PHARMACY TECHNICIAN SERVICES SOL RFQ 466-0007-9 DUE 091798 POC
Steven R. Mifflin, Contracting Officer (330) 424-7274 This is a
combined synopsis/solicitation for commercial items, prepared in
accordance with the format in Federal Acquisition Regulation (F.A.R.)
Subpart12.6, as supplemented with additional information included in
this notice. This announcement constitutes the only solicitation; bids
are being requested and a written solicitation will not be issued.
Solicitation number 466-0007-9 is issued as a Request for Quotation.
The solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-07. The
associated standard industrial classification code is 8099 with a small
business size standard of $5.0 million. Statement of Work is as
follows: Provide professional Pharmacy Technician Services to the
inmate population of the Federal Correctional Institution/Federal
Prison Camp located in Elkton, Ohio. The offeror whose proposal
represents the best value to the Government will be selected. Offerors'
proposals will be evaluated on the following criteria, ranked in order
of importance: 1) Years of Experience, 2) Amount of Experience in a
Correctional Setting, 3) Credentials of Professional Staff, 4) Ability
to Counsel and Provide Unsupervised Care, and 5) Price per Session.
This work is on a contractual basis not to exceed 30 hours per week and
is not a personnel appointment to a Federal job. As such, the
contractor will not be subject to Government supervision. The
Government reserves the right to award without discussions. Therefore,
each initial offer should contain the offeror's best terms and
conditions from a price or technical standpoint. Payment will be based
on accomplishment of specific results. The work schedule will not
exceed 30 hours per week, and will normally consist of two, three hour
sessions per day, two to five days per week, as needed and will be
between the hours of 7:30 a.m. and 4:00 p.m. All supplies that the
contractor may routinely need will be provided by the Government. If
special equipment is needed, a written request must be submitted to the
Health Services Administrator. All duties outlined will be performed in
accordance with the standards and methods generally accepted in the
Pharmacy industry, ACA standards, JCAHO standards, and in accordance
with federal laws developed for the practice of pharmacy. Individual
responsibilities include, but are not limited to: 1) Interpreting
physician orders, 2) Selecting the correct medication and "set up" the
prescription for a final check by the Pharmacist; 3) Aid the
Pharmacist with record keeping duties and inventories. Any and all
records and reports generated by this contract will remain the property
of the Federal Bureau of Prisons and required adherence to the Privacy
Act of 1974. The Contractor will not supervise Bureau of Prisons (BOP)
staff, will not sign for or pickup supplies, will not formulate policy
or procedures, and will not attend staff recalls or functions. The
Contractor must possess a current license /certificate to practice
Pharmacist Technician duties in the State of Ohio anda graduate of an
approved Pharmacy Technician School. The offeror will provide a copy of
all diplomas and/or certificates to support stated qualifications. The
contractor will be responsible for submitting written reports,
evaluations, and operation plans if asked for by the Health Services
staff. Provisions of services will require frequent and direct
unsupervised contact with male inmates. The contractor will not be
responsible for the management of inmates other than to ensure that
those inmates involved with the contractor's scope of work abide by all
the rules in effect to ensure their safety and well being. The
contractor agrees to adhere to all rules and regulations of the
Institution for safety and security of all staff and inmates. The
contractor will attend an institution orientation and department
orientation prior to beginning duties. The contractor (and any
subcontractors) must maintain medical liability insurance in an amount
acceptable to the Contracting Officer and not less than the amount
normally prevailing within the local community for the medical
specialty concerned. The Contractor agrees to submit to the following
investigative procedures: National Crime Information Center check,
DOJ-99 Name Check, FS-258 Fingerprint Check, vouchering of employers
over five years, Law Enforcement Agencies Check, Authority for release
of information, and a Urinalysis check. Payment will be made IAW FAR
32.905 Invoice Payments (the due date for making payment will be the
30th day after the designated billing office has received a proper
invoice and the Government accepts the services performed by the
contractor). Offerors are notified that of the requirement to submit a
Tax Identification Number (Social Security Number for individuals) and
of the Government's intent to use such number for the purposes of
collecting and reporting on any delinquent amounts arising out of such
person's relationship with the Government. The Contractor is required,
as a condition of payment under a resulting contract to submit
theinformation necessary for the Government to make payment via
Electronic Funds Transfer prior to submission of their first invoice.
The anticipated period of performance is the Date of Award through
September 30, 1999. The following F.A.R. clauses and provisions apply
to this solicitation: 52.212-2, Evaluation-Commercial Items; 52.212-3,
Offeror Representations and Certifications-Commercial Items; 52.212-4,
Contract Terms and Conditions-Commercial Items; 52.212-5, Contract
Terms and Conditions Required to Implement Statutes or Executive
Orders-Commercial Items. The following F.A.R. clauses referenced in
52.212-5 also apply to this acquisition: 52.222-3, Convict Labor (E.O.
1755); 52.233-3, Protest After Award (31 U.S.C. 3553); 52.222-26,
Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for
Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36,
Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37,
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era (38 U.S.C. 4212); 52.225-3, Buy American Act-Supplies (41
U.S.C. 10); and 52.225-21, Buy American Act-North American Free Trade
Agreement Implementation Act-Balance of Payments Program Alternate I
(41 U.S.C. 10, Pub. L. 103-187); 52.232-33, Electronic Funds Transfer;
52.237-7, Medical Liability Insurance; and Bureau of Prisons
Acquisition Policy 37.103. Offers are due by 2:00 local time on
September 17, 1998 at the Federal Correctional Institution, 8730
Scroggs Road, Elkton, Ohio 44415. Offers will also be accepted via
facsimile at (330) 424-7169. For information regarding this
solicitation, call Steve Mifflin, Contracting Officer, at (330)
424-7274. All responsible parties are invited to submit a bid which
will be considered. Posted 09/03/98 (I-SN245346). (0246) Loren Data Corp. http://www.ld.com (SYN# 0117 19980908\Q-0002.SOL)
Q - Medical Services Index Page
|
|