|
COMMERCE BUSINESS DAILY ISSUE OF JULY 25,1996 PSA#1644Federal Bureau of Prisons, North Central Regional Contracting Office,
1300 Metropolitan Drive, Leavenworth, Kansas 66048-1254 Q -- MOBILE MAMMOGRAM SERVICES SOL R.F.Q. 407-0003 DUE 081296. Contact
Rick Itson, Contract Specialist, 913-682-8700, extension 612. 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;
proposals are being requested and written solicitations will not be
issued. (II) This solicitation is issued as Request-For-Quotation R.Q.
407-003. (III) The solicitation document and incorporated provisions
are those in effect through Federal Acquisition Circular FAC-37. (IV)
This solicitation is 100% set-aside for small business. It is
advertised as full and open competition with a Standard Industrial
Classification Code (SIC) of 8099 and a size standard of 3.5 million.
(V) (Line Item One): Offeror to provide Mobile Mammogram Services to
Federal Inmates incarcerated at the Federal Prison Camp Located at
Pekin, Illinois. Services to include but are not limited to providing
approximately 25 Baseline and Routine follow-up Mammogram services per
session at the rate of one session per quarter for a total of four
sessions for the base year and each subsequent option year. Please
provide prices separately for the base year, Option period one, Option
period two, Option period three, and Option period four. The estimated
date of award is 10/1/96. The Period of performance is as follows: The
base year of the contract shall be from 10/01/96 - 09/30/97, Option
period one 10/1/97 - 09/30/98, Option period two 10/01/98- 09/30/99,
Option period three 10/01/99 - 09/30/2000, Option period four 10/01/00
- 09/30/01. Pursuant to FAR 17.203(d), bidders may offer varying
prices for option periods. To continue services in accordance with FAR
clause 52.217-8, ``option to Extend Services,'' the Contracting
Officer must provide written notice to the Contractor within 14
calendar days. (VI) Offeror's must have a licensed radiologist on staff
with licensure from any state in the United States to practice
diagnostic radiology. Offeror must have an x-ray technician on staff
with appropriate licensing and qualifications to take Mammograms.
Offeror's will be required to maintain a system of records for
documentation of specific services performed and will require adherence
to the Privacy Act of 1974. Offeror's in their proposal must provide
verification of credentials and proof of malpractice insurance from a
responsible carrier to be considered for an award. The resulting
contract to provide the above services will be considered a contractual
agreement and not a personal appointment to a federal position. The
contractor will be monitored to ensure that end results are obtained.
Justice Acquisition Regulation (JAR) clause 2852.270-70, Contracting
Officer's Technical Representative. The contractor's performance will
be monitored by the (COTR). Mr. Ferdinand S. Samalio, Health Services
Administrator, FCI Pekin, IL, 309-346-8588, is hereby designated to act
as COTR under this contract. The COTR is responsible 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, prior to forwarding the original invoice to the payment
office and a confirmed copy to the Contracting Officer. The COTR does
not have the authority to alter the contractor's obligations under the
contract, direct changes that fall within the purview of the General
Provisions clause, entitled ``Changes'' and/or modify any of the
expressed terms, conditions, specifications, or cost to the government.
For security reasons, the Government reserves the right to prohibit
certain contractor employees from working under this contract. In
accordance with the Prompt Payment Act, contract payments will be made
monthly, based on sessions received by the Government. (VII) All
contract performance will take place at the Federal Correctional
Institution/Federal Prison Camp Pekin, IL. (VIII) FAR provisions
52.212-1 Instructions to Offerors-Commercial is hereby included by
reference. The following are addenda to FAR provisions 52.212-1: At the
paragraph (c) Period for acceptance of offers. The offeror agrees to
hold the prices in its offer firm for 60 calendar days from the date
specified for receipt of offers. At the paragraph (e) multiple offers
has been determined by the Contracting Officer to be not applicable to
this solicitation and is hereby removed in its entirety for the
purpose of this requirement. At the paragraph (H) multiple awards, is
not applicable to this requirement. (IX) FAR provision 52.212-2 is
incorporated by reference with the following addenda; in a paragraph
(a); the government will evaluate proposals by A; Cost to the
government, B; Work Experience as related to Scope of Services, C;
Education in excess of minimum requirements, D; Availability. All other
factors when combined make up 50 percent of evaluation factors as
compared to price. (X) FAR provision 52.212-3 Offeror Representations
and Certifications-Commercial Items, will be completed and submitted
with proposal. (XI) FAR clause 52.212-4, Contract Terms and
Conditions-Commercial Items, hereby applies to this solicitation. The
following are addenda to FAR clause 52.212-4, the following FAR clauses
are incorporated by reference: 52.217-9 Option to Extend the Term of
the Contract, 52.237-2 Protection of Government Buildings, equipment,
and Vegetation, 52.232-18 Availability of Funds, 52.203-3 Gratuities,
52.224-1 Privacy Act Notification, 52.224-2 Privacy Act, and 52.225-11
Restrictions on Certain Foreign Purchases, 52.237-7 Indemnification
and Medical Liability Insurance, Justice Acquisition Regulation (JAR)
clause 2852.270-70, Contracting Officer's Technical Representative.
(XII) FAR clause 52.212-5 Contract Terms and Conditions Required to
Implement Statutes or Executive Orders-Commercial Items hereby applies
to this acquisition. In accordance with FAR clause 52.212-5, the
following clauses are hereby incorporated by reference in paragraph
(b): 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35, Affirmative
Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212),
52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793),
52.222-37, Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era (38. U.S.C. 4212). (XIII) The contractor agrees to
adhere to all regulations prescribed by the institution for safety,
security, custody and conduct of inmates. The contractor shall maintain
during the term of any resulting contract, liability insurance issued
by a responsible insurance carrier of not less than $1,000,000.00 Per
specialty, pre occurrence. (XIV) N/A. (XV) N/A. (XVI) Offers in
original and two (2) copies shall be received at United States
Penitentiary Regional Contracting Office, 1300 Metropolitan Avenue,
leavenworth, KS 66048-125, Attention Rick Itson, Regional Contracting
Officer, by 2:00 p.m. local time, 08/12/96. All offer shall be clearly
marked with the offeror's name and the RFP number. (XVII) For
additional information questions, and availability of forms, please
contact Rick Itson, Regional Contracting Officer, at 913-682-8700,
extension 612. (198) Loren Data Corp. http://www.ld.com (SYN# 0083 19960724\Q-0002.SOL)
Q - Medical Services Index Page
|
|