|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,1996 PSA#1653Federal Bureau of Prisons, North Central Regional Contracting Office,
1300 Metropolitan Drive, Leavenworth, Kansas 66048-1254 Q -- PSYCHIATRIST SERVICES Sol R.F.Q. 124-0076 Due 090296 Contact Rick
Itson, Contract Specialist, l913-682 8700, extension 612 (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;
proposals are being requested and written solicitation will not be
issued. (II) This solicitation is issued as Request-For-Quotation
R.F.Q. 124-0076. (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
with a Standard Industrial Code (SIC) of 8099 and a size standard of
3.5 million. (V) (Line Item One): Offeror to provide Psychiatrist
services to Federal Inmates incarcerated at the Federal Correctional
Institution and Federal Prison Camp located at Oxford, WI. Services to
include but are not limited to providing psychiatric care, treatment,
and evaluation of the mental health needs and psychiatric disorders of
the inmates. The contractor will provide written and/or dictated
reports on all patients referred for psychiatric evaluation to the
Clinical Director including recommendations for further diagnostic
testing and/or psychiatric treatment. Contractor to provide two hour
sessions, eight sessions per month, for an estimated 96 sessions. The
estimated date of award is 10/1/96. The Period of performance as
follows: The base year of the contract shall be from 10/01/96 -
09/30/97. (VI) The offeror must have completed a residency in
psychiatry and must possess licensing for the practice of medicine in
the State of Wisconsin. 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 prison. 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. David
Steiner, Health Services Administrator, FCI Oxford, WI, 608-584-5511,
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 Oxford, WI. (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 75 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
purposes 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 paragraph (a);
the government will evaluate proposals by A; Cost to the government, B;
Professional Qualifications, C; Correctional Experience, D; Bilingual,
E; Technical Description. 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:
52.237-2 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 period of performance for
this contract will be from date of award (estimated at 10/1/96) thru
9/30/97. 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 speciality, per 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 66048-1254, Attention Rick
Iston, Regional Contracting Officer, by 2:00 p.m., local time,
09/02/96. All offers shall be clearly marked with the offeror's name
and RFQ number. (XVII) For additional information, questions, and
availability of forms, please contact Rick Iston, Regional Contracting
Officer, at 913-682-8700, extension 612. (215) Loren Data Corp. http://www.ld.com (SYN# 0083 19960806\Q-0004.SOL)
Q - Medical Services Index Page
|
|