|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 19,1997 PSA#1934Metropolitan Detention Center, Federal Bureau of Prisons, 535 North
Alameda Street, Los Angeles, CA 90012 Q -- OPTOMETRIST SERVICES FOR FEDERAL PRISONERS SOL 224-0008-8 DUE
092997 POC Rosalinda Lucio, Contract Specialist, (213) 485-0439, ext.
148; John Frazier, Contracting Officer, ext. 147, FAX (213) 253-9523.
This is a combined synopsis/solicitation for commercial items prepared
in accordance with the format in FAR 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; quotations are being requested and
a written solicitation will not be issued. This solicitation is hereby
issued as a Request for Quotation (RFQ) No. 224-0008-8. The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Regulation Circular 90-46. This
procurement is being advertised as full and open competition, under
standard industrial classification code 8042, with a small business
size standard of $5.0 million. (A) Services required: Services of an
Optometrist for federal offenders committed to the care and custody of
the United States Attorney General (inmates) at the Metropolitan
Detention Center, 535 North Alameda Street, Los Angeles, California,
also known as "MDC-LA". Services shall be performed in accordance with
standards and methods generally accepted within the contractor's field
of expertise and consistent with the quality assurance requirements of
the Bureau of Prisons (BOP). All medical records covered under this
contract are subject to the Privacy Act and shall remain the property
of the BOP. (B) Services shall be performed in accordance with
standards and methods generally accepted within the contractor's field
of expertise and consistent with the quality assurance requirements of
the Bureau of Prisons (BOP). All medical records covered under this
contract are subject to the Privacy Act and shall remain the property
of the BOP. (C) Place of Performance: Metropolitan Detention Center,
535 North Alameda Street, Los Angeles, CA 90012. (D) Period of
Performance: The Base Year of the contract shall be from 10/01/97 or
Date of Award, whichever is later, through 9/30/98; Option Period One:
10/01/98-09/30/99; Option Period Two: 10/01/99-09/30/00; Option Period
Three: 10/01/00-09/30/01; and Option Period Four: 10/01/01-09/30/02.
Please provide prices per session and yearly total separately for: the
Base Year, Option Period One, Option Period Two, Option Period Three,
and Option Period Four. Pursuant to FAR 17.203(d), offerors may quote
varying prices for option periods. (E) Schedule: Estimated number of
sessions per year: Twenty-four (24) 3-hour sessions, usually scheduled
twice a month, from 8:00 a.m. to 11:00 a.m., with an "estimated" 30
inmate/patients scheduled per session (hours and days may be flexible
as set by the COTR). As needed and appropriate, the contractor shall
provide services to inmates in the Special Housing Unit (SHU) under
direct visual supervision of a BOP staff. (F) All supplies and
materials that the contractor may routinely need for services at MDC-LA
will be provided by the Health Services Unit and will remain the
property of the Government. (G) Method of Performance: The services
provided, being professional in nature will be provided in the method
considered to be normal in the local community. These services,
although not directly supervised, will be reviewed by a physician staff
of Health Services Unit of MDC-LA. The performance of these services
shall also be verified by the designated Contracting Officer's
Technical Representative (COTR). The contractor will be responsible for
submitting written reports verified with the contractor's signature.
(H) This contract is a Non-Personal Service contract; the Government
reserves the right to evaluate the quality of
professional/administrative services provided, but retains no control
over the professional aspects of services rendered. This is a
contractual arrangement not a personnel appointment; payment is based
on the provision of an end product or the accomplishment of a specific
task. Results to be obtained are within the contractor's own
unsupervised determination. The contractor will not be subject to
Government supervision but its efforts will be monitored for quality
assurance by the designated COTR. (I) Security Requirements: Program
Statement 3000.02, contract employees entering the institution will be
subject to investigative procedures, prior to performance: 4-hour
Orientation Program -- The Contractor shall be reimbursed at the
prorated contract amount. NCIC (National Crime Information Center);
DOJ-99 (Name Check); FD-99 (Fingerprint Check); Law Enforcement Agency
Checks; Vouchering of Employers over past 5 years; Resume/Personal
Qualifications Statement; OPM-329-A (Authority for Release of
Information) and a Urinalysis Test (positive urinalysis and any
individual who does not pass the security clearance will not be able to
work within the secure perimeter of the institution). (B.1) FAR
52.212-1, Instructions to Offerors -- Commercial Items," letters (a)
through (h) applies to this acquisition; letter (i) "Availability of
requirements documents cited in the solicitation," is not applicable to
this solicitation. Submission of Quotations: Each quotation should
address: (1). Professional Qualifications -- (board certified and
licensed to practice in the state of California); (2) Experience (in
order to assist the Contracting Officer in making responsibility
determination about a prospective contractor, it is required that each
offeror provide information on a reasonable number of recent and
relevant contracts for 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); (3)
Technical Capabilities; and (4) Price. Offerors are advised that all
quotations shall be evaluated IAW 13.106-2 and an order will be issued
to the responsible contractor whose quotation is responsive to the
items of the RFQ and is most advantageous to the Government. FAR
52.212-3 "Offeror Representations and Certifications -- Commercial
Items", shall be completed and submitted with the quotation. The
following FAR provisions are hereby incorporated into this solicitation
and resulting contract as an addendum to FAR 52.212-1; 52.237-1 "Site
Visit"; FAR clause 52.212-4 Contract Terms and Conditions-Commercial
Items," applies to this acquisition. (B.2) Addendum to FAR clause
52.212-4: The following FAR clauses are hereby incorporated into the
contract by reference: 52.219-6 Notice of Total Small Business
Set-aside; 52.223-5 Pollution Prevention and Right-to-Know Information;
52.224-1 Privacy Act Notification; 52.224-2 Privacy Act; 52.237-3
Continuity of Services; 52.232-18 Availability of Funds; 52.225-11
Restrictions on Certain Foreign Purchases; 52.237-2 Protection of
Government Buildings, Equipment, and Vegetation. FAR clauses
incorporated in 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 notexceed six 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 10 days 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. (b) If the Government exercises this option, the extended
contract shall be considered to include this option provision. (c) The
total duration of this contract, including the exercise of any options
under this contract clause shall not exceed 60 months (5 years);
52.216-21 Requirements: This is a requirements contract for the
supplies or services specified, and effective for the period stated, in
the Schedule. The quantities of supplies or services specified in the
Scheduleare estimates only and are not purchased by this contract.
Except as this contract may otherwise provide, if the Government's
requirements do not result in orders in the quantities described as
"estimated" or "maximum" in the Schedule, that fact shall not
constitute the basis for an equitable price adjustment. The estimated
quantities are not the total requirements of the Government activity
specified in the Schedule, but are estimates of requirements in excess
of the quantities that the activity may itself furnish within its own
capabilities. Except as this contract otherwise provides, the
Government shall order from the Contractor all of that activity's
requirements for supplies and services specified in the Schedule that
exceed the quantities that the activity may furnish within its own
capabilities. FAR 52.237-7 Indemnification and Medical Liability
Insurance: (a) It is expressly agreed and understood that this is a
nonpersonal services contract, as defined in FAR 37.101, under which
the professional services rendered by the Contractor are rendered in
its capacity as an independent contractor. The Government may evaluate
the quality of professional and administrative services provided, but
retains no control over professional aspects of the services rendered,
including by example, the Contractor's professional medical judgment,
diagnosis, or specific medical treatments. The Contractor shall be
solely able for and expressly agrees to indemnify the Government with
respect to any liability producing acts or omissions by it or by its
employees or agents. The Contractor shall maintain during the term of
the contract liability insurance issued by a responsible insurance
carrier of not less than the following amount(s) per specialty per
occurrence: $1,000,000.00; Paragraphs (b), (c), (d) and (e) of this
clause FAR 52.237-7 are hereby incorporated by reference in this
solicitation, (f) The Contractor shall insert the substance of this
clause, including this paragraph (f), in all subcontracts under this
contract for health care services and shall require such subcontractors
to provide evidence of and maintain insurance in accordance with
paragraph (a) of this clause. At least 5 days before the commencement
of work by any subcontractor, the Contractor shall furnish to the
Contracting Officer evidence of such insurance. Justice Acquisition
Regulation (JAR) clause 2852.279-70, "Contracting Officer's Technical
Representative," is hereby incorporated in full text, (a) Ms. Grace
Terry, Health Services Administrator, MDC-LA, telephone 213-485-0439
ext. 114, is hereby designated as the 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
services to accomplish the contractual Scope of Work; evaluating
performance; and certifying all invoices/vouchers for acceptance of the
services furnished for payment prior to forwarding the original
invoices to the payment office and a confirmed 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
within the purview of the General Provisions clause entitled "Changes,"
and/or modify any of the expressed terms, conditions, specifications,
or cost of the agreement. Only the Contracting Officer shall sign the
modification and issue such changes in writing; FAR Clause 52.212-5,
"Contract Terms and Condition~s Required to Implement Statutes or
Executive Order-Commercial Items," applies to this acquisition. In
accordance with FAR 52.212-5, the following FAR clauses are hereby
incorporated by reference: 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. All responsible sources may submit a quotation which will
be considered. Send quotation to: Metropolitan Detention Center, 535
North Alameda Street, Los Angeles, CA 90012-3405, Attention: Rosalinda
Lucio, Contract Specialist, by 1:00 p.m. local time, on Monday,
September 29, 1997. For additional information, questions, and
availability of forms, please call (213) 485-0439 ext. 148. All fax
communications are also accepted at (213) 253-9523 (0258) Loren Data Corp. http://www.ld.com (SYN# 0064 19970919\Q-0004.SOL)
Q - Medical Services Index Page
|
|