Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 6,1996 PSA#1674

Federal 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