Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 5,1999 PSA#2296

Southeast Regional Office, BOP, Bldg. 2000, 3800 Camp Creek Parkway, SW, Atlanta, GA 30331-5099

Q -- PROVIDE ON-SITE MAGNETIC RESONANCE IMAGING (MRI) SERVICES TO INMATE POPULATION AT FCC, COLEMAN, FLORIDA SOL RFQ 452-0017-9 DUE 033199 POC Rebecca Canfield, Contract Specialist, (678) 686-1413 FAX (678) 686-1448 E-MAIL: bcanfield@bop.gov, bcanfield@bop.gov. 17. 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. The solicitation document and incorporated provisions and clauses are those in effect through FAC 97-10. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Solicitation number 452-0017-9 is issued as a Request for Quote. This procurement is being advertised as full and open competition, under the standard classification code 8071 with a small business size standard of $5.0 million . The Quoter whose proposal represents the best value to the Government will be selected. Quoter's proposal will be evaluated on the following criteria ranked in order of importance: (1) Past Performance (2) Experience (3) Qualification (4) Price (a) per study with contrast (b) per study without contrast (A) SCHEDULE: The Contractor shall provide on site Magnetic Resonance Imaging (M.R.I.) services to the inmate population at the Federal Correctional Complex, 846 NE 54th St., Coleman, Florida, (Place of Performance) for a Base Year and four (4) one year option periods. The estimated quantity of MRI studies will be six sessions. Each session will have a minimum of seven studies, and a maximum of 15 studies. Studies may or may not require contrast material, and the need for contrast will be determined by study requested. Please provide a price (a) per study with contrast, (b) per study without contrast, and prices must be given for the each of the following: Based on these parameters, it is estimated that the following quantities are needed:Base Year : 40 studies; Option Year 1: 90 studies; Option Year 2: 90 studies; Option Year 3: 100 studies; and Option Year 4: 120 studies. The period of performance is as follows: The Base Year of the contract shall be from date of award through 9/30/99; Option Year 1: 10/01/99-9/30/00; Option Year 2: 10/01/00-9/30/01; OptionYear 3: 10/01/01-9/30/02; Option Year 4: 10/01/02-9/30/03. Delivery schedule will be mutually agreed upon by the Contractor and the Government. Pursuant to FAR 17.203(d), offerors may offer varying prices for option periods. (B) STATEMENT OF WORK: (1) Purpose-The provision of professional Magnetic Resonance Imaging (M.R.I.) services for the inmate population at the Federal Correctional Complex, Coleman, Florida. (2) Supplies- All supplies needed will be provided by the Contractor including film, contrast materials, and related equipment. The Contractor agrees to adhere to all applicable federal, state, and local laws and regulations as prescribed for safe operation and maintenance of the equipment and the completion of the studies. Provision of these services will require direct unsupervised contact with male and female inmates. The Contractor agrees to adhere to all regulations prescribed by the institution for safety and security of all staff and inmates. (3) Scope of Services- The M.R.I. unit must be completely self contained, and able to generate its own power to perform the scans. The Contractor will provide radiologist interpretation of the scans performed within three working days of the session. The films will be delivered with the reports. The Contractor will provide itemized billing statement to the Health Services Administrator that accurately reflects the services provided and the total dollar amount due for services provided. (4) Special Qualifications Required- FDA certification for all equipment; Radiology Technician operating the equipment must be licensed, or certified as a Radiology Technician. Must also have credentials demonstrating proficiency in operation of M.R.I. equipment and performance of studies. Radiologist providing interpretation services must provide a copy of current license and applicable Board Certifications in Radiology, and specifically, evidence of training, education, or experience in interpretation of M.R.I. studies. Radiologist should provide evidence of current privileges to interpret M.R.I. studies at a hospital or clinic, if such privileges are available. (5) Patient Management- the Contractor will be responsible for submitting written reports, and/or plan of treatment for all patients evaluated. These reports may be in hand written form (provided writing is legible) or typewritten form, verified by the Contractor's signature. The Contractor shall complete all associated documentation required by the Bureau of Prisons National Health Services policy. All medical records remain the property of the Federal Bureau of Prisons. (6) Miscellaneous Information -- This contract is a nonpersonal health care services contract ; the Government may evaluate the quality of professional and administrative services provided, but retains no control over the medical, professional aspects of services rendered (e.g. professional judgments, diagnosis for specific medical treatment); This is a contractual agreement and not a personnel appointment; payment is based on the provision of an endproduct 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. (7) Medical Liability Insurance -- 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 acceptable to the Contracting Officer and not less than the amount normally prevailing within the local community of Coleman, Florida for M.R.I. services; the contractor is required to ensure its subcontracts for provision of health care services contain the requirements of FAR clause 52.237-7, including maintenance of medical liability insurance. (8) Security Requirements -- Prospective contractors are notified that the following investigative procedures are required for anyone entering the confines of FCC Coleman facility: (a) National crime Information Center (NCIC) check; (b) DOJ-99 (Name check); (c) FD-328 (fingerprint check); (d) SF-171 (pages 1 and 4 must be completed and signed; (e) OPM-329A (Authority for Release of Information) and (f) Urinalysis Test ( positive tests will result in no admission to the institution to perform the contract). The Contractor and any subcontractor will attend an institution orientation and department orientation at the start of the contract. (9) 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 governments accepts the services performed by the contractor). Quoters are notified of the requirement to submit a Tax Identification Number (social security numbers 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 the information necessary for the Government to make payment via Electronic Funds Transfer prior to submission of their first invoice.(C) FAR CLAUSES: FAR clause 52.212-4, "Contract Terms and Conditions -- Commercial Items" hereby applies to this solicitation. The following FAR clauses are hereby incorporated by reference as addenda to FAR clause 52.212-4: 52.203-3, "Gratuities"; 52.203-8, "Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity"; 52.203-10, "Price or Fee Adjustment for Illegal or Improper Activity"; 52.203-12, "Limitation on Payments to Influence Certain Federal Transactions";52.217-5, "Evaluation of Options"; 52.223-6, "Drug-Free Workplace"; 52.224-1, "Privacy Act Notification"; 52.224-2, "Privacy Act"; 52.225-11, "Restriction on Certain Foreign Purchases"; 52.232-18, "Availability of Funds";52.232-33, "Electronic Funds Transfer"; 52.233-3, "Protest After Award"; 52.237-3, "Continuity of Services"; 52.237-7, "Indemnification and Medical Liability Insurance"; 52.242-15, "Stop-Work Order"; and 52.248-1, "Value Engineering". The following FAR clauses are hereby incorporated into this solicitation/contract in full text as addenda to FAR 52.212-4: 52.204-1, "Approval of Contract": This contract is subject to the written approval of the Department of Justice, Bureau of Prisons, Southeast Regional Office and shall not be binding until so approved; 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 6 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 the first 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. 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 clause, shall not exceed 5 years;. JAR 2852.201-70, "Contracting Officer's Technical Representative (COTR) (a) Ms. Melody Silverberg, HEALTH SERVICES ADMINISTRATOR, of the HEALTH SERVICES DEPARTMENT, FEDERAL CORRECTIONAL COMPLEX (LOW), 846 NE 54TH TERRACE, COLEMAN, FLORIDA, 33521-1029, and telephone number (352) 330-3103 is hereby designated to act as Contracting Officer's Technical Representative (COTR) under this contract. (b) The COTR is responsible, as applicable, 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. (c) The COTR does not have the authority to alter the contractor's obligations under the contract, 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. JAR 2852.233-70, "Protest Filed Directly With the Department of Justice",(due to the length of the clause, entire text can be obtained through www.usdoj.gov. FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items", hereby applies to this acquisition. The following clauses referenced in FAR Clause 52.212-5, also applies to this solicitation:52.222-3, "Convict Labor", 52.233-3, "Protest After Award", 52.203-6, "Restriction on Subcontractor Sales to the Government, with Alternate I"; 52.219-8, "Utilization of Small Business Concerns"; 52.219-9, " Small Business Subcontracting Plan"; 52.219-23, "Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns"; 52.219-4, "Notice of Price Evaluation Preference for HUBZone Small Business Concerns"; 52.222-21, "Prohibition of Segregated Facilities"; 52.222-26, "Equal Opportunity"; 52.222-35, "Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era"; 52.222-36, "Affirmative Action for Workers with Disabilities"; 52.225-3, "Buy American Act-Supplies"; 52.225-9, Buy American Act-Trade Agreements Act-Balance of Payments Program"; 52.225-18, "European Union Sanction for End Products"; 52.225-19, and "European Union Sanction for Services". (D) FAR PROVISIONS: FAR 52.212-1 Instructions to Offerors Commercial Items is hereby included by reference. Tailoring: In accordance with FAR 12.302(a) the provision 52.212-1 is hereby tailored to modify the following elements of the provision: At paragraph (c)" Period of Acceptance of Offers" the amount of time the offeror agrees to hold prices in its offer firm is changed to 120 calendar days from date specified for receipt of offers. Paragraphs (d) Product Samples, (e) " Multiple Offers", (h) "Multiple Awards", and (i) "Availability of Requirements Documents cited in the Solicitation (1), (2), (3)", have been determined by the Contracting officer to be non-applicable to this solicitation. The following provisions are incorporated by reference as addenda to FAR 52.212-1: 52.216-18, "Ordering", 52.216-19, "Order Limitations" and 52.216-21, "Requirements". FAR 52.212-2, "Evaluation of Commercial Items" is applicable to this solicitation. The following factors shall be used to evaluate quotes in the order of importance; past performance, experience, qualifications and price. In order to assist the Contracting Officer in making a responsibility determination about a prospective contractor, in accordance with FAR 9.104-1, it is required that each quoter provide information on a reasonable number of recent and relevant contracts for the same or similar items, as well as the quoter's primary financial institution (to include contract numbers, points of contact, telephone numbers, and any other relevant information). Quoters are advised that award may be made without discussions, therefore, quoters are advised that sufficient information should be submitted to enable contracting officer to evaluate quotes based on the above factors. Quoters are advised that this quotation is solicited under the test provision of FAR 13.500 and all quotations shall be evaluated IAW FAR 13.106-2 for best value procurement. FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this solicitation and quoters are advised to include a completed copy of the provision with its offer. FAR 52.216 1, "Type of Contract", is added in full text to this solicitation: The Government contemplates award of a firm -fixed price requirements contract resulting from this solicitation. FAR 52.233-2 Service of Protest is added in full text to this solicitation: (a) Protests, as defined in Section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protest that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from the Chief, Procurement and Property Branch, Federal Bureau of Prisons, 320 First Street, NW, Washington, D.C. 20534. (b) The copy of any protest shall be received in the office designated above within one day of filing of protest with the GAO. Inquiries regarding Federal Acquisition Regulations (FAR) clauses and provisions are available through Internet access: http://farsite.hill.af.mil/. Quotes are due at 2:00 pm EST, March 31, 1999. Mailing address: Federal Bureau of Prisons/SERO, Attn: Rebecca Canfield, Contract Specialist, 3800 Camp Creek Parkway, SW, Building 2000, Atlanta, Georgia, 30331-6226. Facsimile copies of offers will be accepted at telephone number (678) 686-1448. For more information regarding this solicitation, call Rebecca Canfield, Contract Specialist at (678) 686-1413 or send e-mail at bcanfield@bop.gov. All responsible parties are invited to submit a quote which will be considered.. Posted 03/03/99 (W-SN304076). (0062)

Loren Data Corp. http://www.ld.com (SYN# 0073 19990305\Q-0003.SOL)


Q - Medical Services Index Page