Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 14, 2000 PSA #2685
SOLICITATIONS

Q -- MOBILE MRI SERVICES, FMC DENVENS MASSACHUSETTS

Notice Date
September 12, 2000
Contracting Office
Federal Prison Camp, Allenwood, Regional Contracting Office, P.O. Box 1000, Montgomery, PA 17752
ZIP Code
17752
Solicitation Number
RFQ 444-0026-0
Response Due
September 26, 2000
Point of Contact
G. F. Garceau, Contract Specialist (570) 547-1641 ext. 548
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. (ii) This solicitation is issued as Request for Quotation (RFQ) 444-0026-0. (iii) The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular (FAC) 97-19. (iv) This solicitation is unrestricted under Standard Industrial Classification (SIC) Code of 8099, with a size standard of $5.0 million. Other forms referenced herein are required to be completed and submitted with all quotations. (v) The contractor shall provide unit price for the following item: (1) Mobile MRI Scans, Estimated Quantity 120 per year for a base year with 4 option years in accordance with statement of work. (vi) Statement of Work (SOW) -- Mobile MRI Services for FMC Devens, MA. A. SUBJECT: The provision of specialized mobile MRI services at Federal Medical Center (FMC) Devens located in Devens, MA. B. PLACE OF PERFORMANCE: The place of performance will be in the Health Services Department at FMC Devens, MA. C. SCHEDULE: Services will be rendered Monday through Friday between 7:30 am and 3:30 pm excluding federally observed holidays. The contractor will provide MRI scans for up to eight (8) consecutive hours for each scheduled day of service. Services may be provided for up to five (5) days per week, Monday through Friday excluding federally observed holidays. The MRI system's imaging capabilities shall allow the operator to readily complete a minimum of ten (10) scans in an eight hour period with patients scheduled at 45 minute intervals. Day of service will be mutually agreed upon between contractor and the Clinical Director at least 24 hours prior to each scheduled session. These services shall be provided on an as needed basis. D. SUPPLIES: All necessary imaging supplies such as film, contract media, archival media (optical disks) shall be provided by the contractor. Ancillary items such as linens and patient gowns that the contractor may routinely need will be provided by the Health Services Department at FMC Devens. All medical records remain the property of FMC Devens. E. METHOD OF PERFORMANCE: The services provided, being socialized in nature, will be provided in the method as considered normal in the local community. These services, although not directly supervised, will be monitored by the Clinical Director or his/her designee on the staff of FMC Devens. F INMATE MANAGEMENT: Provision of services under this contract will require frequent and unsupervised contact with inmates. Contractor will not be responsible for the administrative 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. G. INSTITUTION SECURITY: The contractor agrees to adhere to all regulations prescribed by the institution for the safety, custody, and conduct of the inmates. The resultant contract will require the contractor to operate a system of records as identified for medical treatment documentation, and will require adherence to the Privacy Act of 1974. All Contractor employees shall adhere to institution regulations regarding security, safety, and custody of inmates. It will be necessary for employees to receive limited security training/orientation (approximately four hours) and clearance prior to approval for admission to the Federal Medical Center. Reimbursement to the contractor for time spent in institution security orientation will be prorated at the contract rate for the least expensive scan. The following investigative procedures are incorporated and applied: 1. National Crime Information Center (NCIC) check; 2. DOJ-99 (Name Check); 3. FD-158 (fingerprint check); 4. Law Enforcement Agency checks; 5. Vouchering of Employees over past five years; 6. Resume/Personal Qualifications; 7. OPM-329-A (Authority for Release of Information; and 8. NACI check (if applicable). In addition to the above procedures, contractor employees must agree to undergo a urinalysis test (for the detection of marijuana and other drug usage). If a test result is positive, the individual(s) shall be excluded and the contractor shall provide acceptable replacement personnel subject to the same security requirements. Before a quote can be considered for award, the contractor must agree to submit to all of the above security requirements. H. OTHER MISCELLANEOUS INFORMATION: In accordance with the Federal Bureau of Prisons Acquisition Policy, Part 37.103(c), the following provisions are applicable to the work being performed in this contract: The service is 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; the services does not constitute an employer/employee relationship; and the contractor will not be subject to Government supervision, except for security related matters. However, contractor performance shall be closely monitored. Restrictions of Contract Workers The contractor shall not: 1. Supervise inmates; 2. Supervise Bureau of Prisons Staff; 3. Participate in inmate accountability; 4. Requisition, sign for or pick up supplies; 5. Formulate policy or procedures; 6. Attend recalls or staff functions. I. PERIOD OF PERFORMANCE: Period of Performance: The anticipated period of performance includes: Base Period: Award Date through 12 months after date of award; Option Year 1: 13 months through 24 months after date of award; Option Year 2: 25 months through 36 months after date of award; Option Year 3: 37 months through 48 months after date of award; Option Year 4: 49 months thorugh 60 months after date of award. The anticipated date of award for the Base Period is approximately November 1, 2000. The anticipated periods of performance are based on the assumption that the Government will make award. In accordance with the terms of the resulting contract, the Government has the unilateral right to award the additional Option Year periods, but is not obligated to do so. (vii) N/A (viii) FAR Clause 52.212-1, Instructions to Offerors -- Commercial Items (MAR 2000) and the following clauses incorporated by addendum apply -- At paragraph (c), "Period of Acceptance of 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.; At 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 purposes of this requirement; At paragraph (h) "Multiple Awards" has been determined by the Contracting Officer to be non-applicable to this solicitation and is hereby removed in its entirety for the purposes of this requirement; 52.204-1 Approval of Contract (DEC 1989)(the Federal Bureau of Prisons at one level above the Contracting Officer) 52.204-6 Contractor Identification Number -- Data Universal Numbering System (DUNS) Number (JUN 1999); 52.216-1 Type of Contract (APR 1984) (Requirements type); 52.233-2 Services of Protest (AUG 1996)(Chief, Procurement and Property Branch, Federal Bureau of Prisons, 320 First St., NW, Room 5006, Washington DC 20534); (ix) The evaluation will be based on technically acceptable, past performance acceptable, lowest price (based on one set price for all scans regardless of procedure). (x) FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items (FEB 2000) is incorporated and is required to be submitted with the contractor's quote. (xi) FAR Clause 52.212-4 Contract Term and Conditions -- Commercial Items (MAY 1999) and the following clauses incorporated by addendum apply: 52.216-18 Ordering (OCT 1995)(the effective date of the contract)(the end date of the base period, and any options exercised, as identified in the schedule); 52.216-19 Order Limitations (OCT 1995)(one MRI scan)(120 percent estimated quantity of individual line item)(120% estimated contract total)(thirty)(14); 52.216-21 Requirements (OCT 1995) (09-30-2005); 52.217-8 Option to Extend Services (NOV 1999)(15 days before the end of the current contract period); 52.217-9 Option to Extend the Term of the Contract (MAR 2000)(by the first day of the ensuing option period)(60 calendar days)(60 months); 52.232-19 Availability of Funds for the next Fiscal Year(APR 1984) (9/30/00, 9/30/00); 52.237-7 Indemnification and Medical Liability Insurance (JAN 1997)($1,000,000); JAR Clause 2852.201-70 Contracting Officer's Technical Representative (COTR)(JAN 1985)(Francisco Feliz, FMC Devens, 109 Antietam St., Devens, MA, 978-796-1000); Compliance with Veterans Employment Reporting Requirements, (a) The Offeror represents that, if it is subject to the requirements of 38 U.S.C. 4212(d) (i.e. the VETS-100 report required by the Federal Acquisition Regulation clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it [____] has, [____] has not submitted the most recent report required by 38 U.S.C. 4212(d). (b) An Offeror who checks "has not" may not be awarded a contract until the required reports are filed. (31 U.S.C. 1354) (xii) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUG 2000) and the following clauses apply to this clause: 52.219-8, Utilization of Small Business Concerns; 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; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. (DEVIATION)(paragraph (f) of that clause shall read as follows: Subcontracts. The Contractor shall include the terms of this clause in every subcontract or purchase order of $25,000 or more unless exempted by rules, regulations, or orders of the Secretary.); 52.252-2 Clauses Incorporated by Reference (FEB 1998); 52.252-6 Authorized Deviations in Clauses (APR 1984); 52.228-5 Insurance -- Work on a Government Installation (JAN 1997) (Required Insurance: 1. Workers Compensation & Employer's Liability at $100,000.00; 2. Comprehensive General Liability at $500,000.00; 3. Comprehensive Automobile Liability at the following minimum limits: $200,000.00 Per person,$500,000.00 Per Occurrence for Bodily Injury, $20,000.00 Per Occurrence for Property Damage)(xiii) N/A (xiv) N/A (xv) N/A (xvi) The quotes are due by 4:00 P.M. on September 26, 2000 to the following address: FPC Allenwood, Regional Contracting Office, P.O. Box 1000, Montgomery, PA 17752 (Regular Mail) or 1049 Allenwood Camp Lane, Montgomery, PA 17752 (Federal Express, etc). All quotes should be marked with the RFQ number. (xvii) For additional information, please contact G.F. Garceau, Contract Specialist at (570) 547-1641, extension 548.
Record
Loren Data Corp. 20000914/QSOL009.HTM (W-256 SN495513)

Q - Medical Services Index  |  Issue Index |
Created on September 12, 2000 by Loren Data Corp. -- info@ld.com