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