Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2013 FBO #4309
SOLICITATION NOTICE

Q -- Mobile Imaging (Mammography and CT) Services- Lexington, Kentucky - RFQ Attachments

Notice Date
9/9/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, Texas, 75051
 
ZIP Code
75051
 
Solicitation Number
RFQP01091300037
 
Archive Date
11/30/2013
 
Point of Contact
Lori Wehling, Phone: (972) 352-4525
 
E-Mail Address
lwehling@bop.gov
(lwehling@bop.gov)
 
Small Business Set-Aside
N/A
 
Description
RFQ Attachment 001 - Description of Requirement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas intends to establish an indefinite-delivery, requirements type contracts for the provision of Mobile CT and Mammography services to be rendered for the inmate population incarcerated at the Federal Medical Center (FMC) located in Lexington, Kentucky. FMC Lexington is an administrative facility for male inmates. Additionally, FMC Lexington operates a satellite prison camp that houses minimum security female inmates. Information regarding the Bureau of Prisons (BOP) and its facilities can be located at www.bop.gov. A description of the services required is attached to this posting and labeled as RFQ Attachment 001 - Description of Requirement. CONTRACT CLAUSES: 52.252-2 -- Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer. 52.212-4 Contract Terms and Conditions--Commercial Items (JUL 2013) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.203-3 Gratuities (APR 1984) 52.203-12 Limitation On Payments To Influence Certain Federal Transactions (OCT 2010) 52.204-4 Printed or copied doubled-sided on recycled paper (MAY 2011) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.222-17 Nondisplacement of Qualified Workers (JAN 2013) 52.223-5, Pollution Prevention and Right to Know Information (MAY 2011) 52.224-1 Privacy Act Notification (APR 1984) 52.224-2 Privacy Act (APR 1984) 52.228-5 Insurance - Work on a Government Installation (JAN 1997) Workers compensation or Employers liability: $100,000; and Comprehensive General Liability: $500,000 per occurrence for bodily injury. 52.232-18 Availability of Funds (APR 1984) 52.232-39, Unenforceabiilty of Unauthorized Obligations (JUN 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.242-13 Bankruptcy (JUL 1995) 52.253-1 Computer Generated Forms (JAN 1991) The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted: 52.252-6 - Authorized Deviations in Clauses (APR 1984) 52.216-18 Ordering (OCT 1995) - (a) from the first day of the effective performance period through the last day of the effective performance period 52.216-19 Order Limitations (OCT 1995) - (a) less than five scans or mammograms; (b) (1) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (2) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (3) 30 days; (d) 5 days 52.216-21 Requirements (OCT 1995) - (f) after the last day of the effective performance period 52.217-8 Option to Extend Services (NOV 1999) prior to the expiration of the current performance period 52.217-9 Option to Extend the Term of the Contract (MAR 2000) - prior to expiration of the current performance period; 60 days; but excluding the exercise of any option under the clause at 52.217-8 which is also incorporated into this contract, shall not exceed five (5) years. 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) - beyond September 30th of the Base year or any option year exercised; beyond September 30th of the Base year or any option year exercised 52.237-7, Indemnification and Medical Liability Insurance (JAN 1997) - (a) $1,000,000 aggregate 52.24-403-70 Notice of Contractor Personnel Security Requirements (OCT 2005) 52.27-103-72 DOJ Contractor Residency Requirement - BOP (JUN 2004) 52.232-99 Providing Accelerated Pymt to Small Business Subcontractors (AUG 2012) DEVIATION 52.242-11-004 Evaluation of Contractor Performance Utilizing CPARS (APR 2011) Department of Justice Order 2640.2F (NOV 2008) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 2013) - (b) 1, 4, 6-8, 14, 15, 18, 23, 26, 28-34, 38, 42, and 48; (c) 1- WD 2005-2221 Revision 18, 2- $19.51 (exclusive of benefits) for occupational code 12305, and $20.24 (exclusive of benefits) for occupational code 31364; and 3. OTHER CONTRACT TERMS AND CONDITIONS: Type of Contract: A resultant contract will be an indefinite delivery/requirements type contract with firm-fixed pricing. It is anticipated that contract award(s) resulting from this solicitation will be made in October 2013. Performance Period: The periods of performance of the resulting contract shall be Base Year - Effective Date of Award (EDOA) thru 12 months; Option Year 1 - 13 months from EDOA thru 24 months; Option Year 2 - 25 months from EDOA thru 36 months; Option Year 3 - 37 months from EDOA thru 48 months; Option Year 4 - 49 months from EDOA thru 60 months. The contractor shall commence performance of services by submitting information to initiate security clearance procedures within 5 calendar days from effective date of award of the contract. In accordance with FAR 46.503 and 46.403(a) (6), the place of acceptance for services under this contract is at the destination, FMC Lexington. Ordering Official: Task orders may be issued only by the Contracting Officer or a warranted Contracting Official from the Contract Administration Office. Orders may be issued orally, faxed, electronically, or via mail. Security and Investigative Requirements: The employees of the contractor entering the institution may be required to meet certain security requirements prior to entering the institution. Primary concerns are the amount of contact that may occur between the contractor and his/her employees with the inmate population during the performance of the contract. Contractor employees are allowed access to the institution at the sole discretion of the Warden of the institution. The program manager at FMC Lexington is responsible for conducting the appropriate law enforcement check on all contractor staff that may need access inside the prison facility. The following investigative procedure will be performed: 1). National Crime Information Center (NCIC) check; 2). DOJ 99 (Name Check); 3). FD 258 (fingerprint check); 4). Law Enforcement Agency checks; 5). Vouchering of Employers; 6). Resume/Personal Qualifications; 7). OPM 329 A (Authority for Release of Information); 8). National Agency Check and Inquiries (NACI) check (if applicable); and 9). Urinalysis Test (for the detection of marijuana and other drug usage) By submitting a quote for service, the contractor and its employees agree to complete the required documents and undergo the listed procedure. An individual who does not pass the security clearance will be unable to enter the BOP facility. Any individual employed by the contractor who is deemed not suitable by the BOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. Finally, the contractor shall be in compliance with 8 CFR 274a regarding employment of aliens. Privacy Act Notification: A resultant contract will require contracted staff to operate a system of records and maintain documentation that will require adherence to the Privacy Act of 1974. The system of records will be maintained in accordance with community standards for health care information. The contractor and/or staff are not authorized to disclose this or any information pertaining to an inmate to any non-BOP source. Any requests for such information shall be forwarded to the Contracting Officer or designee for proper disposition. Non-personal services: A resultant contract will be a non-personal services contract, as defined in FAR 37.101, under which the contractor is an independent contractor. Award of a contract does not constitute an employer/employee relationship. The contractor will not be subject to Government supervision, except for security related matters; however, contractor performance shall be closely monitored to ensure contract compliance. Pursuant to FAR 17.203(b), the Government's evaluation shall be inclusive of options. Pursuant to FAR 17.203(d), quoters may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. The estimated quantity of service required is not a representation to a quoter that the estimated quantities will be required or ordered, or that conditions affecting requirements will remain stable or normal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. SOLICITATION PROVISIONS: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov 52.212-1 Instructions to Offerors - Commercial Items (JUL 2013) tailored to delete paragraphs at c, d, h, and i, as they have been determined to be non-applicable to this solicitation. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. All references to "Offer" and "Offeror" are changed to "Quote" and "Quoter" respectively. 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007) 52.204-7 System for Award Management (JUL 2013) 52.209-7 Information Regarding Responsibility Matters (FEB 2012) 52.212-3 Offeror Representations and Certifications - Commercial Items (AUG 2013) 52.217-5 Evaluation of Options (JUL 1990) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications (DEC 2012) 52.233-2 Service of Protest (AUG 1996) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5005, Washington, D.C. 20534 52.237-1 Site Visit (APR 1984) Protests Filed Directly with the Department of Justice (JAR 2852.233-70) Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. The following provision is included in full text. Quoters are required to provide applicable fill-in information as noted: 52.209-7 Information Regarding Responsibility Matters (JUL 2013) (a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7). (End of provision) Subcontract Certification: As stated in the instructions for quote submission detailed below, quoters must include a statement of certification regarding subcontracting possibilities with their quote. Quotes that do provide for subcontracting possibilities will be required to submit a subcontract plan in accordance with the requirements of FAR 52.219-9. Evaluation and Award Methodology: This acquisition will be procured in accordance with FAR Part 12 - Acquisition of Commercial Items and Part 13 - Simplified Acquisition Procedures. Quoters must demonstrate that they can provide a Mobile Imaging services in accordance with Description of Requirement document detailed as RFQ Attachment 001 in order to be determined technically acceptable. The Government intends to evaluate quotes considering technical capability, price, and past performance. Award will be made in accordance with FAR 52.212-1(g). Quoters are advised that the Contracting Officer will verify registration in the System for Award Management database (www.sam.gov) prior to award of any contract, by entering the potential awardee DUNS number into the database. Failure to complete a registration record may result in elimination from consideration for award. Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. The North American Industrial Classification (NAICS) code is 621512, Diagnostic Imaging Centers and the applicable small business size standard is $14.0 million dollars. Attachments: RFQ 001 - Description of Requirement; RFQ 002 - DOL Wage Determination SUBMISSION OF QUOTATIONS: On letterhead or business stationary, the following information must be submitted. Failure to provide required information may result in your quote not being considered. (1) Contractor DUNS Number (2) Quotes shall describe the quoters Technical Capabilities with a brief written description of how the quoter meets the requirements of the solicitation including identification of the type of equipment that will be used to render services. Pictures, brochures, or illustrations of equipment may be provided with your quote. (3) Quotes shall include a price per scan or mammogram as defined in RFQ Attachment 001 under Schedule of Items. Price quotes must be provided for the Base Year, Option 1, Option 2, Option 3, and Option 4 and quoters may offer varying prices for options. (4) For each service provider proposed, the contractor must submit documentary evidence of qualification as stated in RFQ Attachment 001. (5) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items if different from entry made to the Online Representations and Certifications Application (ORCA) that is part of the record at www.sam.gov. (6) A completed copy of the provision at FAR 52.209-7, Information Regarding Responsibility Matters. (7) Proof of insurability with regard to medical liability insurance. (8) Point of Contact information for professional references. The contractor should provide a list of the last three contracts awarded to your organization which are of a related nature, size, and scope. Include the following for each: Customer Name, Address, Phone, Fax, Email address; Contract Number; Contact Person; Type of Work; Contract Amount; Contract Status (Active or Complete). (9) Point of contact information for a financial reference to include Bank Name, Address, Phone, Email address, and Contact Person. Please include a "Release of Information" statement granting permission for bank to provide reference with your quote submittal. (10) Quoters must include a statement of certification in their quote indicating whether or not the quote DOES or DOES NOT provide for any subcontracting possibilities. Quote Submission Information: Quotes must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051 no later than 2:00pm local time on Wednesday, October 2, 2013. Written quotes will be accepted by mail, hand-carried delivery, fax, or email. Mailed or Hand-carried quotes must be delivered to the attention of Lori Wehling, Contracting officer at the address shown. The official point of receipt for hand-carried quotes will be at the first floor reception area of the address listed above. Please give 24 hour of advanced notice to Contracting Officer prior to hand-carrying quotes to accommodate access to secured base. Faxed quotes must be faxed to 972-352-4545, Attn: Lori Wehling, Contracting Officer. Quotes should be clearly marked with the RFQ number and include all required information. Emailed quotes must be sent in.pdf format only to lwehling@bop.gov. Include the following in your subject line: Quote submitted in response to RFQP01091300037. Quotes must include all required information. Questions regarding this requirement may be directed in writing to Lori Wehling, Contracting Officer at lwehling@bop.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP01091300037/listing.html)
 
Place of Performance
Address: Federal Medical Center, 3301 Leestown Rd, Lexington, Kentucky, 40511, United States
Zip Code: 40511
 
Record
SN03180148-W 20130911/130909235527-4eccc4dfc6d406c13053aa5e7ac69263 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.