Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,1996 PSA#1653

Federal 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