|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15,1998 PSA#2242Federal Bureau of Prisons, Western Regional Office -- Contracting, 6600
Goodfellow, Dublin, California 94568 Q -- DENTAL ASSISTANT SERVICES, FEDERAL CORRECTIONAL INSTITUTION, 5701
8TH STREET, CAMP PARKS, DUBLIN, CA 94568 SOL RFQ 279-0010 DUE 123098
POC Ricky R. Harold, Regional Contract Specialist, (925) 803-2777
E-MAIL: Dental Assistant, FCI Dublin, rharold@bop.gov. 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) 279-0010 and incorporated provisions and
clauses are those in effect through Federal Acquisition Regulation
Circular 97-09. 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 shall provide services for one (Registered
Dental Assistant) in the specialty of Dentistry for the Federal
Correctional Institution/Federal Detention Center and Federal Prison
Camp, located at 5701 8th Street, Camp Parks, Dublin, CA 94568 for a
Base Year and four one year option periods. Please provide a price per
session (session is 8 hours in length), there will be approximately
104 sessions 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 01/08/99 or Date of Award,
whichever is later, through 01/07/00; Option Period One:
01/08/00-01/07/01; Option Period Two: 01/08/01-01/07/02; Option Period
Three: 01/08/02-01/07/03; and Option Period Four: 01/08/03-01/07/04.
Pursuant to FAR 17.203(d), bidders may offer varying prices for option
periods. (B)Statement of Work: Purpose: (1) DENTAL ASSISTANT; The
provision of professional dental assistant services by a certified and
licensed individual. Performance of the following is required:
chairside dental assisting, sterilization and disinfection techniques,
properly dispense and mix all restorative dental materials, recognize
and understand the use of all dental armamentarium, setup units with
the appropriate instrument package and materials for the next
patient/procedure, assist dentist in charting of patients, provide
general housekeeping and janitorial services as needed for the dental
clinic 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. (i)Place
of Performance: The place of performance will be the Federal
Correctional Institutional, Federal Detention Center and the Federal
Prison Camp located at 5701 8th Street, Camp Parks, Dublin, CA, 94568.
(ii)Schedule: Services to be provided on a weekly basis on Thursday
and Friday(excluding Federal holidays). There will be 1 session a day
from 7:00AM to 3:30PM (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, butretains 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, 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
Dublin, California, for Dental Assistant Services; the contractor is
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: (b)(11) 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 competence and Past Performance. 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) 52.215-5, 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 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) Fernando
Arriola, Health Services Administrator, Health Services Department,
Federal Correctional Institution, Dublin, 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 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 Thursday, December 31, 1998. 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 925-803-2777.***** Posted 12/11/98
(W-SN279687). (0345) Loren Data Corp. http://www.ld.com (SYN# 0052 19981215\Q-0002.SOL)
Q - Medical Services Index Page
|
|