Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 9,1999 PSA#2384

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

Q -- PROVIDE ON-SITE DENTAL HYGIENIST SERVICES TO THE INMATES POPULATION AT FCI/FPC, JESUP, GEORGIA SOL RFQ 232-0054-9 DUE 080499 POC Penny Lyle Norton, Contract Specialist, (678) 686-1418, FAX (678) 686-1448 E-MAIL: pnorton@bop.gov, pnorton@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. The solicitation document and incorporated provisions and clauses are those in effect through FAC 97-12 This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Solicitation number 232-0054-9 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 offer represents the best value to the Government will be selected. Any/all quoters that meet the qualifications required will then be evaluated based on price and past performance. Documentation of past performance must be included with your offer. This should include copies of evaluations, letters of commendations, letters of recommendations, and a list of contacts with addresses and phone numbers for verification of past performance. A list of previous jobs with contacts and phone numbers will be needed for verification of experience. (A) SCHEDULE: The Contractor shall provide on site Dental Hygienist services to the inmate population at the Federal Correctional Institution/Federal Prison Camp, 2600 Highway 301 South, Jesup, Georgia, (Place of Performance) for a Base Year and two (2) one year option periods. The Schedule of work will normally consist of four sessions per week with the session length defined as six (6) hours. The typical work schedule will be Monday -- Thursday, 8:00 am -- 2:30 pm ( hour lunch break) or a similar schedule by mutual agreement between the contractor and the institution Hospital Administrator. Occasionally, the contractor may be asked to work a special schedule when needed. The number of hours worked each week by the Contractor will not exceed 30 hours. Please provide a price per session (six hours/per day price). The following quantities are needed: Base Year: 208 sessions; Option Year 1: 208 sessions; Option Year 2: 208 sessions. The period of performance is as follows: The Base Year of the contract shall be from date of award through 9/30/00; Option Year 1: 10/01/00-9/30/01; Option Year 2: 10/01/01-9/30/02. Pursuant to FAR 17.203(d), offerors may offer varying prices for option periods. (B) STATEMENT OF WORK: (1) Purpose-To provide the Dental Hygienist services for the inmate population at the Federal Correctional Institution/Federal Prison Camp, Jesup, Georgia. (2) Supplies- All supplies that the contractor may routinely need will be supplied by the FCI/FPC Jesup, Georgia. These supplies will normally include the tools and materials needed to perform the services covered under this contract. Any records maintained by the Contractor under this agreement will remain the property of the FCI/FPC Jesup, Georgia. 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 sessions. Provision of these services will require 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 in activities within the contractor's scope of work shall abide by all rules in effect to ensure their safety and well-being. The Contractor agrees to adhere to all regulations prescribed by the institution for safety and security of all staff and inmates. The offeror shall attend an orientation program prior to assuming his or her duties within the institution. (3) Scope of Services- (a)The Dental Hygienist will perform routine and extensive prophylactic procedures and therapeutic procedures, following established guidelines of dental hygiene practices, on patients referred by the dental staff. Contractor will maintain all written and/or dictated reports as needed, on all patients referred for evaluation. All recommendations for further diagnostic testing and/or treatment will be made to the Chief Dental Officer who will retain professional responsibility for patients referred. (b) Clerical duties will be required, such as scheduling of dental hygiene patient appointments, maintaining dental hygiene daily activity logs, maintaining dental hygiene stock supplies and ordering dental hygiene supplies as needed. (c) Maintain accountability of instruments and other dental hygiene supplies to include conducting inventories. (d) Participation in the preparation for JCAHO and/or Program Review audits as necessary. (e) The contractor will provide a monthly "Log of Consultant's Visit", showing all hours worked by the contractor, to the Health Services Administrator by the last day of each month. A payment voucher will be prepared for the business office from this log. (4) Special Qualifications Required- The contractor must provide verification of education, licensure, and proof of professional liability insurance of at least $100,000.00, as required. Provide verification of current certification in Cardio-Pulmonary Resuscitation. Contractor must have at least two years of experience in the field of Dental Hygiene within the scope of services outlined in the statement of work. (5) Miscellaneous Information -- The services provided, being professional in nature, will be provided in the method as considered normal in the community. These services, although not directly supervised, will be reviewed by a dentist on the staff of the FCI/FPC Jesup. The performance of these services will also be verified by the designated Contract Monitor. This is a contractual agreement and not an appointment. All duties outlined in the Statement of Work shall be performed in accordance with standards and methods generally accepted within the Contractor's own field of expertise. Payment shall be based on the accomplishment of specific results, and the results to be obtained shall be entirely within the Contractor's own unsupervised determination. (6) 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 as stated above; 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. (7) Security Requirements -- Prospective contractors are notified that the following investigative procedures are required for anyone entering the confines of FCI/FPC, Jesup 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 Contractorand any subcontractor will attend an institution orientation and department orientation at the start of the contract. (8) 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: "Evaluation of Options"; 52.232-18, "Availability of Funds"; 52.233-3, "Protest After Award"; 52.237-3, "Continuity of Services"; 52.237-7, "Indemnification and Medical Liability Insurance" and 52.242-15, "Stop-Work Order". 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 ofperformance 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 3 years;. JAR 2852.201-70, "Contracting Officer's Technical Representative (COTR) (a) Cynthia L. Topping, HEALTH SERVICES ADMINISTRATOR, of the HEALTH SERVICES DEPARTMENT, FEDERAL CORRECTIONAL INSTITUTION, 2600 Highway 301 South, Jesup, Georgia 31545 and telephone number (912)427-0870 x-435 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 andVeterans of the Vietnam Era"; 52.222-36, "Affirmative Action for Workers with Disabilities"; 52.225-3, "Buy American Act-Supplies" and 52.225-9, Buy American Act-Trade Agreements Act-Balance of Payments Program". (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. FAR 52.212-2, "Evaluation of Commercial Items" is applicable to this solicitation. All offers that met the required qualifications will be evaluated by past performance 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/. E)Submission Information: Quotes are due by close of business on Wednesday, August 4, 1999. Mailing address: Federal Bureau of Prisons/SERO, Attn: Penny Lyle Norton, Contract Specialist, 3800 Camp Creek Parkway, SW, Building 2000, Atlanta, Georgia, 30331-6226. Facsimile copies of offers will be accepted at fax number (678) 686-1448. For more information regarding this solicitation, call Penny Lyle Norton, Contract Specialist at (678) 686-1418 or send e-mail at pnorton@bop.gov. All responsible parties are invited to submit a quote which will be considered. Individuals are reminded to send in documentation of past performance and experience. Companies submitting candidates MUST include documentation of past performance and experience on their candidates for evaluation and qualification verification. Posted 07/07/99 (W-SN351140). (0188)

Loren Data Corp. http://www.ld.com (SYN# 0068 19990709\Q-0007.SOL)


Q - Medical Services Index Page