|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1996 PSA#1681Federal Bureau of Prisons, North Central Regional Contracting Office,
1300 Metropolitan Drive, Leavenworth, Kansas 66048-1254 Q -- REGISTERED DENTAL HYGIENIST SOL RFQ 439-0211. DUE 100896. POC
Victoria Johnson, Contract Specialist, 913-682-8700, extension 617. (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 (RFQ) 439-0211. (III) The solicitation document
and incorporated provisions are those in effect through Federal
Acquisition Circular FAC-40. (IV) This solicitation is 100% set-aside
for small business. The Standard Classification Code (SIC) is 8099,
with a size standard of 5.0 million dollars. (V) (Line Item One):
Offeror to provide dental hygiene services including, but not limited
to: diagnosis, scaling, polishing, preventive education, and
comprehensive health and dental history of federal prisoners.
Contractor may be required to perform administrative and clerical
support to carry out the mission of the Dental Office both the Federal
Correctional Institution and the Federal Prison Camp, Greenville,
Illinois. The work schedule will consist of five six-hour sessions per
week. The performance period will be tentatively October 1, 1996
through September 30, 1997. Contractor is required to have specific
knowledge in all phases of dental treatment as well as able to perform
dental prophylactic treatments on a wide variety of medically
comprised patients. Contractor will also be required to assist in the
formulation of treatment plans for patients with significant
periodontal disease. In addition, the contractor will be required to
adhere to all JCAHO regulations and to participate in the Quality
Improvement Process at both the Federal Correctional Institution and
the Federal Prison Camp, Greenville, Illinois as directed by the Health
Services Administrator and/or Chief Dental Officer. All supplies will
be provided by both the Federal Correctional Institution and the
Federal Prison Camp, Greenville, Illinois. (VI) Contractors must be
certified in their specialty and hold a current state
license/verification of military training that permits practice in
their field of expertise. Contractor must agree to adhere to the
Privacy Act of 1974 and all regulations prescribed by both the Federal
Correctional Institution and the Federal Prison Camp, Greenville,
Illinois. Contractor must attend a four-hour training session prior to
assuming institutional involvement. The resulting contract to provide
the above services will be considered a contractual agreement and not
a personnel appointment to a federal position. The contractor will be
monitored to ensure that the 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 Dr. Lee Shackelford, Dental Officer, Federal
Correctional Institution, Greenville, Illinois 618-664-6339. The COTR
is responsible for receiving all deliverables; inspecting and accepting
the supplies or services provided here under 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 both the Federal Correctional
Institution and the Federal Prison Camp, Greenville, Illinois during
the estimated date of October 1, 1996 through September 30, 1997.
(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 (e) multiple offers has been
determined by the Contracting Officer not to be 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 a paragraph
(a); the government will evaluate proposals in the following order of
importance A; Correctional Dental Hygienist Experience B; Cost C;
Professional Qualifications D; Military or Institutional Hygienist
Experience. Combined element factors B, C and D are comprised 50% of
the weight established for evaluation factors of the award. (X) FAR
provision 52.212-3 Offeror Representations and
Certifications-Commercial Items, will be completed and submitted with
the proposal. (XI) 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. The following FAR clauses
are hereby incorporated by reference: 52.232-18 Availability of Funds,
52.224-1 Privacy Act Notification, 52.224-2 Privacy Act, and 52-225-11
Restrictions on Certain Foreign Purchases, 52.228-5 Insurance - Work on
a Government Installation, 52.237-7 Indemnification and Medical
Liability Insurance, Justice Acquisition Regulation (JAR) Clause
2852.270-70, Contracting Officer's Technical Representative. (XII) The
following are addenda to FAR clause 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial. The following clauses are hereby incorporated by
reference in paragraph (b): 52.222-26 Equal Opportunity (E.O. 11246),
52.222-35, 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), Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era (38 U.S.C. 4212), 52.237-2, Protection of
Government Buildings, Equipment, and Vegetation (APR 1984), 52.237-1,
Site Visit (APR 1984). (XIII) The contractor agrees to adhere to all
regulations prescribed by the institution for safety, security, custody
and conduct of federal prisoners. The award of this contract may be
made without discussions. THE CONTRACTOR SHALL MAINTAIN DURING THE TERM
OF ANY RESULTING CONTRACT MEDICAL LIABILITY INSURANCE ISSUED BY A
RESPONSIBLE INSURANCE CARRIER OF NOT LESS THAN $500,000.00 PER
SPECIALTY, PER OCCURRENCE. (XIV) Defense Priorities and Allocations
System (DPAS) is not applicable for this procurement action. (XV) See
Numbered Note one. (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
Victoria Johnson, Contracting Officer, by 2:00 p.m., local time October
8, 1996. All offers shall be clearly marked with the offeror's name and
Request for Quotation number. (XVII) For additional information,
questions and availability of forms, please contact Victoria Johnson,
Contracting Officer at 913-682-8700, extension 617. (257) Loren Data Corp. http://www.ld.com (SYN# 0070 19960916\Q-0001.SOL)
Q - Medical Services Index Page
|
|