|
COMMERCE BUSINESS DAILY ISSUE OF JULY 11,1996 PSA#1634Federal Bureau of Prisons, North Central Regional Contracting Office,
1300 Metropolitan Drive, Leavenworth, Kansas 66048-1254 Q -- REGISTERED DIETICIAN SERVICES Sol R.F.Q. 407-0004. Due 080196.
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
solicitation will not be issued. (II) This solicitation is issued as
Request-For-Quotation R.F.Q. 407-004. (III) The solicitation document
and incorporated provisions are those in effect through Federal
Acquisition Circular FAC-37. (IV) This solicitation is 100% set-aside
for small business. It is advertised with Standard Industrial Code of
(SIC Code) of 8099 with a size standard of 3.5 million. (V) (Line Item
One): Offeror to provide Registered Dietician Services to Federal
Inmates incarcerated at the Federal Correctional Institution and
Federal Prison Camp Located at Pekin, Illinois. Services to include but
are not limited to providing evaluation of meals provided to the
population of FCI/FPC Pekin, provide in-service education to the PA's,
other medical and food service staff on Diet and Nutrition Issues.
Service to provide three hour sessions, two sessions per month, for an
estimated 24 sessions per contract year. The estimated date of award
is 10/1/96. The Period of performance as follows: The base year of the
contract shall be from 10/01/96 - 09/30/97, Option period one 10/01/97
- 09/30/98, Option period two 10/01/98 - 09/30/99, Option period three
10/01/99 - 09/30/2000, Option period four 10/01/00 - 09/30/01.
Pursuant to FAR 17.203(d), bidders may offer varying prices for option
periods. To continue services in accordance with FAR clauses 52.217-8,
``option to Extend Services,'' the Contracting Officer must provide
written notice to the Contractor within 14 calendar days. (VI)
Offeror's must be graduate of an accredited program granting a degree
that allows licensure as a Registered Dietician. Offeror's must have as
a minimum three years of active practice in the speciality. Offeror's
must be licensed as a Registered Dietician for any state. 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. 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. Samalio, 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
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.
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 Federal Correctional
Institution/Federal Prison Camp Pekin, IL. (VIII) FAR provisions
52.212-1 Instruction to Offerors-Commercial is hereby included by
reference. The following are addenda to FAR provisions 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 solicitation and is hereby removed in its entirety for the
purpose of this requirement. At the paragraph (h) multiple awards, is
not applicable to 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 A; Cost to the government, B;
Work Experience as related to Scope of Services, C; Education in excess
of minimum requirements, D; Availability. All other factors when
combined make up 50 percent of evaluation factors as compared to price.
(X) FAR provision 52.212-3 Offeor Representations and
Certifications-Commercial Items, will be completed and submitted with
proposal. (XI) FAR clause 52.212-4, Contract Terms and
Conditons-Commercial 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, 52-225-11 Restrictions on Certain Foreign Purchases,
52.237-7 Indemnification and Medical Liability Insurance, 52.217-9
Option to Extend the Term of the Contract, and 52.237-2 Protection of
Government Buildings, Equipment, and Vegetation, Justice Acquisition
Regulation (JAR) clause 2852.270-70, Contracting Officr's Technical
Representative. (XII) FAR clause 52.212-5 Contract Terms and Conditions
Required to Implement Status 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 Active 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
period of performance for this contract will be from date of award
(estimated at 10/1/96) thru 9/30/97. 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
speciality, per occurance. (XIV) N/A. (XV) N/A. (XVI) Offers in
original and two (2) copies shall be received at United States
Penitentiary Regional Contacting Office, 1300 Metropolitan Avenue,
Leavenworth, KS 66048-1254, Attention Rick Itson, Regional Contracting
Officer, by 2:00 p.m. local time, 08/01/96. All offers shall be
clearly marked with the offeror's name and RFP number (XVII) For
additional information, questions, and availability of forms, please
contact Rick Itson, Regional Contracting Officer at 913-682-8700,
extension 612. (187) Loren Data Corp. http://www.ld.com (SYN# 0091 19960710\Q-0001.SOL)
Q - Medical Services Index Page
|
|