|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 6,1996 PSA#1674Federal Bureau of Prisons, North Central Regional Contracting Office,
1300 Metropolitan Drive, Leavenworth, Kansas 66048-1254 Q -- MEDICAL LABORATORY SERVICES SOL R.F.Q. 407-0005. Due 091896.
Contact Rick Itson, Contract Specialist, 913-682-8700, 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
solicitations will not be issued. (II) This solicitation is issued as
Request-For-Quotation R.F.Q. 407-005. (III) The solicitation document
and incorporated provisions are those in effect through Federal
Acquisition Circular FAC-39. (IV) This solicitation is 100% set-aside
for small business with a Standard Industrial Classification Code (SIC)
of 8071 and a size standard of 3.5 million. (V) (Line Item One):
Offeror to provide General Laboratory Services to the Federal
Correctional Institution and Federal prison Camp Located at Pekin,
Illinois. Services to include but are not limited to providing
supplies, pick-up of specimens and various lab tests including CBC/s
General Chemistries, Thyroid and Hepatitis Panels, U/A's, Microbial
Cultures and sensitivities, therapeutic drug level monitoring and other
special laboratory tests that our clinical director finds necessary.
please specify price per pickup on each of the following tests which
will be used to evaluate offers: KDA24, CBD, RPR, HEP. PRO., THYROID
PRO, PAP SMEAR, HGB A1C, BHCG, ELAVIL LVL, RUBELLA. 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. (VI). The
offeror must be licensed as a CLIA Laboratory. Must be capable of
performing any level 3 tests. Must have CLIA licensure in any state in
the United States. Must provide verification of credential and proof
of liability insurance. Offeror's will be required to maintain a system
of records for documentation fo 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. Simalio, 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 contractural 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 offeror's facility. (VIII) FAR
provisions 52.212-1 Instructions to Offerors-Commercial is hereby
included by reference. The following are addenda to FAR provision
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 soliciation and is hereby removed in its
entirety for the purpose of 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 Cost to the
government and other related factors. (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-Commerical Items, hereby applies to this
solicitation. The following are addenda to FAR clause 52.212-4, the
following FAR clauses are incorporated by reference: 52.232-18
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, 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 Itson, Regional Contracting
Officer, by 2:00 p.m. local time, 09/18/96. 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 Itson, Regional Contracting Officer, at 913-682-8700,
extension 612. (247) Loren Data Corp. http://www.ld.com (SYN# 0066 19960905\Q-0002.SOL)
Q - Medical Services Index Page
|
|