|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 22,1997 PSA#1766North Central Regional Contracting, 1300 Metropolitan Ave, Leavenworth,
KS 66048 Q -- DENTAL HYGIENIST- FEDERAL CORRECTIONAL INSTITUTION, FLORENCE, CO
SOL RFQ 275-0011 DUE 020697 POC Mary Upchurch, Regional Contract
Specialist, U S Penitentiary, Leavenworth, KS (913) 682-8700, ext. 611.
17. (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, quotes are being requested and written solicitations
will not be issued. (II) This solicitation is issued as
Request-For-Quote RFQ 275-0011. (III) The solicitation document and
incorporated provisions are those in effect through Federal Acquisition
Circular FAC45. (IV) This solicitation is 100% set-aside for small
business. It is advertised as full and open competition with a Standard
Industrial Classification Code (SIC) of 8099, with a size standard of
5.0 million. (V) (Line Item One): The contractor shall provide
unsupervised Dental Hygiene services for inmates at FCI and FPC
Florence, CO when requested by the institution clinical staff.
Hygienist will remove deposits, accretions, and stains by scaling with
hand, ultrasonic, or other devices from all surfaces of the tooth and
smooth and polish natural and restored tooth surfaces. Remove
granulation and degenerated tissue from the gingival wall of the
periodontal pocket through the process of gingival curettage. Provide
preventive measures including the application of fluorides and other
recognized topical agents for the prevention of oral disease. Provide
oral hygiene instruction to patients. Gather and assemble information
including, but not limited to, fact-finding and patient history, oral
inspection, and dental and periodontal charting. Administer topical
anesthetic to a patient in the course of providing dental care. Will
maintain the dry goods and pharmaceutical inventories, including
ordering, restocking, loss control, and preventive maintenance of
equipment used in the course of the treatment day. Will process all
biomedical hazardous waste including special handling of needles,
syringes, and instruments by the Service. Will control hazardous
material inventories.Direct entries into the inmate s Medical Record by
the contractor is not permitted. Provision of services under this
contract will require frequent and unsupervised contact with inmates.
Contractor will not be responsible for the administrative management of
inmates other than to insure that those inmates involved in activities
within the contractor s scope of work shall abide by all rules in
effect to ensure their safety and well being. Contractor will report
any infraction of institution rules and regulations on the part of the
inmate to the Health Services Administrator. Services to be provided
in 6 (six) hour sessions, 5 (five) sessions per week. Specific dates
and times of visits will be determined mutually between the contractor
and the Health Services Administrator. Hours of work must be during
normal work days and hours, Monday through Friday, 7:30am 4:00pm,
excluding official Government holidays. This contract will be from date
of award to 9/30/97. (VI) Offeror shall provide written documentation
intheir chosen field of expertise, must be certified in their
speciality and provide proof of certification and education, meeting
the criteria for such designation by the appropriate regulatory bodies.
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. (VII) All contract effort will take place
at the Federal Correctional Institution and Federal Prison Camp, 5880
State highway 67 South, Florence, CO 81292. All program supplies will
be furnished by the Government. The contractor shall agree to adhere to
all regulations prescribed by the institution for safety, security,
custody and conduct of inmates. The awarded contractor shall attend an
orientation session, prior to assuming contract effort. Reimbursement
to the contractor for time spent in the institution security
orientation shall be at the contract rate. In accordance with the
Prompt Payment Act, contract payments will be made monthly, based on
sessions received by the Government. For security reasons, the
Government reserves the right to prohibit certain contractor employees
from working under this contract. The contractor s performance will be
monitored by the Contracting Officers Technical Representative(COTR) in
accordance with Justice Acquisition Regulation (JAR) clause
2852.270-70, "Contracting Officers Technical Representative". Terry G.
Haunschild, FCI/FPC Florence, CO, (719) 784-9100, Ext. 4200, 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. 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 with
a signed modification. (VIII) FAR clause 52.212-1 Instructions to
Offerors- Commercial is hereby included by reference. The following are
addenda to FAR clause 52.212-1: At paragraph (c), Period for Acceptance
of Offers, the amount of time an offeror must hold its prices firm is
hereby changed. An offeror must hold the prices in its proposal, firm
for 60 calendar days from the date specified for receipt of proposals.
Paragraph (e) multiple offers has been determined by the Contracting
Officer to be non-acceptable to this solicitation and is hereby removed
in its entirety for the purpose of this requirement. Offerors are
advised that quotes shall be evaluated without discussions. Award will
be based on price and responsiveness of the offeror. Award might be
made to the responsible offeror whose quote is responsive to the terms
of the RFQ and is most advantageous to the government. Business
references: In accordance with FAR subpart 9.104-1, each offeror is
required to provide information on a reasonable number of recent and
relevant contracts for the same or similar items, as well as the
offeror s primary financial institution, to include contract numbers,
points-of-contact, telephone numbers, and any other relevant
information, which will be used by the Contracting Officer to make a
responsibility determination about a prospective offeror. FAR provision
52.212-3 Offeror Representations and Certifications- Commercial Items,
shall be completed and submitted with the proposal. 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 (1) The following FAR clauses are hereby incorporated by
reference: 52.232-18 Availability of Funds, 52.203-3 Gratuities,
52.224-1 Privacy Act Notification, 52.224-2 Privacy Act, 52.225-11
Restrictions on Certain Foreign Purchases, 52.228-5 Insurance -Work on
a Government Installation, 52.237-2 Protection of Government
Buildings, Equipment and Vegetation, 52.237-5 Indemnification and
Medial Liability Insurance, Justice Acquisition Regulation (JAR) clause
2852.270-70, Contracting Officer s Technical Representative. FAR
clauses are hereby incorporated in full text: FAR 52.216-1 Type of
Contract: The Government contemplates award of a Firm-Fixed Price
contract resulting from this solicitation. The following terms and
conditions are hereby incorporated: Security Requirements: A security
file will be maintained on each of the contractor s employees for the
contract duration. The following information will be maintained in the
file: National Crime Information Center Check (DOJ-99), fingerprint
check (FD-258), authority for release of information (OPM-329A), and
urinalysis test results, all in accordance with the Bureau of Prisons
(BOP) Program Statement 3000.02. Justice Acquisition Regulation (JAR)
clause 2852.270-70, Contracting Officer s Technical Representative.
(IX) Offerors must include a completed copy of the FAR provision
52.212-3 Offeror Representations and Certifications-Commercial Items,
with their proposals. (X) FAR clause 52.212-4 applies to this
solicitation. (XI) 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 Business Concerns and Small
Disadvantaged Business Concerns, 52.222-5 Affirmative Action for
Special Disabled and Vietnam Era Veterans, 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, 52.222-37 Employment Reports on Special
Disabled Veterans and Veteran of the Vietnam Era, and 52.225-19
European Community Sanctions for Services.(XII) 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 Mary Upchurch, Contracting Officer, by 2:00 p.m.
local time, 2/6/97. All offers shall be clearly marked with the
offeror's name and RFQ number. (XIII) For additional information,
questions and availability of forms, etc., please contact Mary
Upchurch, Contracting Officer at 913-682-8700, extension 611, or the
mailing address shown for submission of proposals. (0017) Loren Data Corp. http://www.ld.com (SYN# 0052 19970122\Q-0001.SOL)
Q - Medical Services Index Page
|
|