|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 19,1996 PSA#1683Federal Bureau of Prisons, Western Regional Office, 6600 Goodfellow
St., Dublin, CA 94568 Q -- MAGNETIC RESONANCE IMAGING (MRI) SERVICES AT THE FEDERAL
CORRECTIONAL INSTITUTION (FCI), 5701 8TH STREET, DUBLIN, CA 94568 Sol.
IFB 122-0086. Due 100796. Contact Point, James F. Cooper,
510-803-2775. This modifies the synopsis of 8-16-96. This is now a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR Subpart 12-6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; bids are being requested and a
written solicitation will not be issued. This solicitation is hereby
modified to an Invitation for Bids (IFB) 122-0086. The solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Regulation Circular 90-41. This procurement
is being advertised as full and open competition, under standard
industrial classification code 8071, with a small business size
standard of $5.0 Million. (A)Schedule: The Contractor shall provide
services in the specialty of M.R.I. for the Federal Correctional
Institution/Federal Detention Center/Federal Prison Camp, 5701 8th
Street, Dublin, California 94568 for a Base Year and four one year
option periods. M.R.I. Services to be provided on the 2nd Wednesday of
each month from 7:30 AM to 4:00 PM. During this eight hour session an
estimated six (6) Exams will be required. Please provide a price per
Exam, these prices must be noted separately for the Base Year, Option
Period One, Option Period Two, Option Period Three, and Option Period
Four (Approximately 6 Exams per month for an estimated total of 72
Exams per Contract Year). The period of performance is as follows: The
Base Year of the contract shall be from 10/1/96 or Date of Award
whichever is later, through 9/30/97, Option Period One
10/01/97-09/30/98; Option Period Two 10/01/98-09/30/99; Option Period
Three: 10/01/99-09/30/00; and Open Period Four; 10/01/00-09/30/01.
Pursuant to FAR 17.203(d), bidders may offer varying prices for option
periods. (B)Statement of Work: Purpose: The provision of professional
Magnetic Resonance Imaging (MRI) services by a Certified Technician,
injection of contrast media, when required, by certified personnel
provided by vendor and interpretation by a Radiologist (I) Place of
Performance: The place of performance will be the Federal Correctional
Institution/Federal Detention Center/Federal Prison Camp located at
5701 8th Street, Camp Parks, Dublin, CA 94568. (ii) Schedule: Services
to be provided second Wednesday of each month from 7:30 AM to 4:00 PM
(8 hour session-includes 30 minute lunch). Approximately 6 patients
per session (month) will be scheduled. (iii) Supplies Contractor will
supply M.R.I. Unit and all necessary supplies. (iv) Method of
Performance: The services provided, being professional in nature will
be provided in the method as considered normal in the local community.
These services, although not directly supervised, will be reviewed by
a physician on staff of the Health Services Department of the
Institution. The performance of these services will also be verified by
the designated Contracting Officer Technical Representative (COTR). (v)
Patient Management: The contractor will be responsible for submitting
written reports, evaluations, and/or plan of treatment for all patients
evaluated. These reports may be in hand written form or typewritten
form, verified by the Contractor's signature. All medical records
remain the property of the Federal Bureau of Prisons. This contract is
a nonpersonal health care services contract; the Government may
evaluate the quality of professional and administrative services
provided, but retains no control over the medical professional aspects
of services rendered (e.g., professional judgments, diagnosis for
specific medical treatment); the contractor will indemnify the
Government for any liability producing act or omission by contractor,
its employees and agents occurring during contract performance; the
contractor will maintain medical liability insurance, in an amount
which is not less than the amount normally prevailing within the local
community of Dublin, California, for M.R.I. Services; the contractor
is required to ensure that its subcontracts for provisions of health
care services, contain the requirements of the clause at 52.237-7,
including the maintenance of medical liability insurance. This will be
a contractual arrangement and not a personnel appointment; payment is
based on the provision of an end product or the accomplishment of a
specific result; results to be obtained will be entirely within the
contractor's own unsupervised determination; and the contractor will
not be subject to Government supervision. (C) Clauses/Provisions: (I)
Far Clause 52.212-1, ``Instructions to Offerors-Commercial,'' is hereby
included by reference. The following are addenda to FAR Clause
52.212-1: (1) Paragraph (c) ``Period of Acceptance of Offers'', the
amount of time the offeror agrees to hold the prices in its offer firm
is changed to 60 calendar days from date specified for receipt of
offers. (2) Paragraphs (e) ``Multiple Awards'', have been determined by
the Contracting Officer to be non-applicable to this solicitation and
are hereby removed in their entirety for the purpose of this
requirement. (3) Evaluation Factors for Award Bidders are advised that
bids shall be evaluated without discussions. Award will be made to the
responsible bidder whose bid is responsive to the items of the IFB and
is most advantageous to the Government, considering only price and
price-related factors, if any, as specified in the solicitation.
(4)Business References: In order to assist the Contracting Officer in
making a responsibility determination about a prospective contractor,
in accordance with FAR Subpart 9.104-1, it is required that each bidder
provide information on a reasonable number of recent and relevant
contracts for the same or similar items, as well as the bidder's
primary financial institution (to include contract numbers, points of
contact, telephone numbers, and any other relevant information). The
following provision is hereby incorporated into this solicitation and
resulting contract as an addendum to FAR Clause 52.212-1: FAR Provision
52.214-10, ``Contract Award-Sealed Bidding'', is hereby incorporated by
reference . (ii) FAR Provision 52.212-3, ``Offeror Representations and
Certifications-Commercial Items'', shall be completed and submitted
with the bid. (iii) FAR Provision 52.233-2, ``Service of Protest'', is
hereby incorporated in full text, (a) Protests, as defined in section
33.101 of the Federal Acquisition Regulation, that are filed directly
with an agency and copies of any protests that are filed with the
General Accounting Office (GAO), shall be served on the Contracting
Officer (addressed as follows) by obtaining written and dated
acknowledgment of receipt from: Chief, Procurement and Property Branch,
Federal Bureau of Prisons, 320 First Street N.W., Washington, D.C.
20534, (b) The copy of any protest shall be received in the office
designated above within one date of filing a protest with the GAO.
(iii) FAR Clause 52.212-4, ``Contract Terms and Conditions-Commercial
Items,'' hereby applies to this acquisition. The following are addenda
to FAR Clause 52.212-4: (1) The following FAR Clauses are hereby
incorporated by reference, pursuant to FAR Clause 52.252-2, ``Clauses
Incorporated by Reference'': 52.203-3, ``Gratuities'' 52.217-5,
``Evaluation of Options''; 52.224-1, ``Privacy Act Notification '';
52.224-2, ``Privacy Act''; 52.225-11, ``Restrictions on Certain Foreign
Purchases''; 52.232-18, ``Availability of Funds''; 52.237-2,
``Protection of Government Buildings, Equipment, and Vegetation'';
52.237-3, ``Continuity of Services''; 52.237-7, ``Indemnification and
Medical Liability Insurance''. The following FAR Clauses are hereby
incorporated into this solicitation/contract by full text: 52.217-8,
``Option to Extend Services'': The Government may require continued
performance of any services within the limits and at the rates
specified in the contract. These rates may be adjusted only as a result
of revisions to prevailing labor rates provided by the Secretary of
Labor. The option provision may be exercised more than once, but the
total extension of performance hereunder shall not exceed 6 months. The
Contracting Officer may exercise the option by written notice to the
Contractor within 15 days of the expiration of the contract year.
52.217-9, ``Option to Extend the Term of the Contract'': (a) The
Government may extend the term of this contract by written notice to
the Contractor within one day of the ensuing option period; provided,
that the Government shall give the Contractor a preliminary written
notice of its intent to extend at least 60 days before the contract
expires. The preliminary notice does not commit the Government to an
extension. JAR Clause 2852.279-70, ``Contracting Officer's Technical
Representative'', is hereby incorporated in full text, (a) Mr. James M.
Moore of the Health Services Department, Federal Correctional
Institution, Dublin, California is hereby designated to act as
Contracting Officer's Technical Representative (COTR) under this
contract. (b) 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 invoices to the payment office and a conformed
copy to the Contracting Officer. (C) The COTR does not have authority
to alter the contractor's obligations under the contract, direct
changes that fall with the purview of the General Provisions clause
entitled ``Changes,'' and/or modify any of the expressed terms,
conditions, specifications, or cost of the agreement. If as a result of
technical discussions it is desirable to alter/change contractual
obligations or the Scope of Work, the Contracting Officer shall issue
such changes in writing and signed. (iv) 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: 52.203-6, ``Restrictions
on Subcontractor Sales to the Government'', Alternate I'', 52.203-10,
``Price or Fee Adjustment for Illegal or Improper Activity'';
52.219-8, ``Utilization of Small, Small Disadvantaged and Women-Owned
Small Business Concerns''; 52.222-26, ``Equal Opportunity''; 52.222-35,
``Affirmative Action for Special Disabled and Vietnam Era Veterans'';
52.222-36, ``Affirmative Action for Handicapped Workers''; 52.222-37,
``Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era''. The following terms and conditions are hereby
incorporated: Security Requirements: In accordance with Program
Statement 3000.02, contract employees entering the institution will be
subject to the following investigative procedures, prior to
performance: NCIC Check (National Crime Information Center); DOJ-99
(Name Check); FD-99 (Fingerprint Check); Law Enforcement Agency Checks;
Vouchering of Employers over past 5 years; Personal Qualifications
Statement; OPM-329-A (Authority for Release of Information); and a
Urinalysis Test (positive tests will result in disallowance of an
individual to perform under this contract). Offers in original and one
copy shall be received at the following address: Federal Bureau of
Prisons, Western Regional Contracting Office, 6600 Goodfellow Street,
Dublin, CA 94568, Attention: James F. Cooper, Contract Specialist, by
2:00 PM local time, on Monday, October 7, 1996. All bids shall be
clearly marked with the bidders name and IFB number. For additional
information, questions, and availability of forms, please contact James
F. Cooper, Contract Specialist, at 510-803-2775. (260) Loren Data Corp. http://www.ld.com (SYN# 0058 19960918\Q-0001.SOL)
Q - Medical Services Index Page
|
|