SOLICITATION NOTICE
Q -- Dental Assistant
- Notice Date
- 1/16/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Justice, Bureau of Prisons, FBOP - Field Acquisition Office, U. S. Armed Forces Reserve Complex 346 Marine Forces Drive, Grand Prairie, TX, 75051
- ZIP Code
- 75051
- Solicitation Number
- RFQ21602-0006-4
- Response Due
- 2/18/2004
- Archive Date
- 3/30/2004
- Point of Contact
- Patrick Hergenrother, Contract Specialist, Phone (972) 352-4529, Fax (972) 352-4545, - Doug Fear, Contract Specialist, Phone (972) 352-4530, Fax (972) 352-4545,
- E-Mail Address
-
phergenrother@bop.gov, rfear@bop.gov
- Small Business Set-Aside
- Total Small Business
- Description
- Description - Dental Assistant, FCI Elkton, Ohio This is a combined synopsis/solicitation for a commercial item in accordance with the format in Federal Acquisition (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes both the synopsis and the solicitation. A written solicitation will not be issued. RFQ 21602-0006-4 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2001-18. The North American Industrial Classification System Code is 621399. The small business standard is $6.0 Million. This solicitation is 100% set-aside for small business. The Government intends to make a single award of a firm fixed price contract. Award will be made to the quoter who submits the most advantageous offer to the Government based on price, technical capability, and past performance. GENERAL REQUIREMENTS: The Federal Bureau of Prisons (BOP), Federal Correctional Institution, located at 8730 Scroggs Road, Elkton, Ohio 44415, has a requirement for a Dental Assistant for the period of a base year with four (4) twelve (12) month option periods for renewal. Award is estimated to be on or about March 1, 2004 with the performance period beginning within 30 days from the date of award. The contractor shall provide Dental Assistant Services which include the following: Abide by FCI Elkton?s infection control policies. Perform prevention duties and chairside assistance to the dentist in accordance with the standards for licensed dental assistants. Cleans, polishes and/or oils equipment according to manufacturer?s or biomedical recommendations. Cleans and sterilizes instruments, using autoclave techniques. Prepares sterile trays, packs, sutures, etc. Maintains a number of recurring reports, including those concerning materials and equipment. Properly stores and maintains adequate supplies in the dental clinic. Requisitions dental laboratory work. Greets, receives, and prepares patients for treatment. Lays out instruments and materials needed for treatment. Provides chairside assistance during oral examination and restorative treatments; passes instruments and materials to and retrieves them from the dentist; operates oral evacuator and suction tip to keep area of operation clear; retracts tissue, cheek, and tongue. Relays to patient post treatment instructions from dentist. Competes processing of exposed radiographs and marks them with identifying information. Uses lead aprons and shields as protection against radiation. MINIMUM CONTRACTOR REQUIREMENTS: The minimum qualifications for performing as a Dental Assistant shall include: 1. The submission of proof of training resulting in an appropriate dental radiology certificate. 2. Licensed as a Dental Assistant in the state of Ohio. 3. Appropriate insurance coverage as outlined in the solicitation. SCHEDULE The schedule will consist of approximately 1500 one hour sessions per year. A session is defined as one (1) hour. The Contracting Officer?s Technical Representative (COTR) will be responsible to schedule sessions between the hours of 6:00 am and 4:00 pm, Monday through Friday exclusive of Federal holidays. Total hours may not exceed thirty (30) per week. These services may be provided on an as needed basis, and the contractor is subject to call for services as mutually agreed. SUPPLIES The contractor will need to provide personal protective equipment (i.e.scubs). Supplies that the contractor may routinely need will be provided by the FCI/FSL, Elkton. These supplies normally include gowns, gloves, surgical mask, and eyeglasses. If special equipment is required by the contractor, he or she must make a request in writing to the Health Services Administrator of the Federal Correctional Institution, Elkton. Ohio. METHOD OF PERFORMANCE The services provided are professional in nature, and will be commensurate with JCAHO Standards of Care. The methods utilized will meet medical practices established in the local community. These services, although not directly supervised, will be reviewed periodically by a physician or staff at the FCI/FSL. The performance of these services will be monitored by the Contracting Officer?s Technical representative (COTR) and/or his/her designee. PATIENT MANAGEMENT The contractor will be responsible for receiving patients and explaining procedures to alleviate undue anxiety, submitting reports and evaluations as requested. The contractor will be responsible for following directives and complying with BOP Health Services Manual, FCI/FSL institutional mandates and the Health Service Unit?s policies in the management of all patient encounters. The contractor will not be responsible for the management of inmates. SPECIAL CONTRACT CONDITIONS/CONTRACT SECURITY/INVESTIGATIVE REQUIREMENTS. The following requirements apply to those individuals delivering services inside the institution. 1. National Crime Information Center (NCIC) check; 2. DOJ-99 (name check); 3. FD-258 (fingerprint check); 4. Law Enforcement Agency checks; 5. Vouchering of Employers over past five years; 6. Resume/Personal Qualifications; 7. OPM-329-A (authority of release of information), and; 8. NACI check (if applicable), and; 9. Urinalysis test (for detection of marijuana and other drug usage) Each prospective contractor is advised that a urinalysis test is required (for detection of marijuana and other drug usage) prior to performance. If the proposed contract is with an individual, and if the test is positive, the proposed contractor shall be disqualified from being awarded the contract. If the proposed contract is with a company and the individual(s) assigned to perform the work tests positive, the individual(s) shall be excluded and the proposed contractor shall provide acceptable replacement personnel Subject to the same security requirements. Contractor employees will be allowed access to the institution at the sole discretion of the Chief Executive Officer (CEO). The Contractor agrees to adhere to all regulations prescribed by the institution in regards to the safety, custody, and conduct of inmates. The Contractor will report any infractions of institution rules and regulations by the inmates to the Health Services Administrator, the Contracting Officer?s Technical Representative, or an other medical staff member. The contractor shall be in compliance with 8 CFR 274a regarding employment of aliens. The Contractor or their designated personnel shall attend a one time orientation program prior to performing any services at the institution. The date and time for this orientation will be mutually agreed upon by both parties, and reimbursement for attendance will be at the contract rate. RESTRICTIONS ON CONTRACT WORKERS The Contractor shall not: 1. Supervise inmates 2. Supervise Bureau of Prisons staff 3. Participate in inmate accountability 4. Requisition, sign for, or pick up supplies 5. Formulate policy or procedures 6. Attend meetings, recalls or staff functions. OTHER PROVISIONS In accordance with the Federal Bureau of Prisons? Acquisition Policy, Part 37.103(c), the following provisions are applicable to the work being performed under this contract: a. the service is a contractual arrangement and not a personnel appointment; b. payment shall be based on the provision of and an end result or the accomplishment of a specific result; c. the service does not constitute an employer/employee relationship; and d. the Contractor will not be subject to Government supervision, except for security related matters. However, Contractor performance shall be closely monitored. This contract is a nonpersonal health care services contract, as defined in FAR 37.101, under which the contractor is an independent contractor; 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 shall indemnify the Government for any liability producing act or omission by the contractor, its employees and agents occurring during contract performance; the contractor shall maintain medical liability insurance, in a coverage amount acceptable to the contracting officer, which is not less than the amount normally prevailing within the local community for the medical specialty concerned; and 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. In order to ensure proper preparation of Contractor payment vouchers, all hours must be documented by the Contractor, showing hours worked each visit. Documentation shall be on a ?Log of Consultants Visit? form (located in the Heath Service Department) with each entry being signed by the Contractor. PAST PERFORMANCE: a.) Identify existing or past contracts, within the past three years, with terms and conditions the same or similar to those in this solicitation. Include contract number, point of contact, and telephone number. b.) Provide any information encountered during performance of those contract that would have an adverse rating, and the steps taken to correct the adverse rating. OFFERORS ARE REQUIRED TO INCLUDE A COMPLETED COPY of the provision 52.212-3, Offeror Representations and Certifications Commercial Items with their offer. The Government will make award based on technical compliance and price. The following FAR clauses apply to this acquisition: 52.252-2, Clauses Incorporated by Reference (website: www.arnet.gov ) 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition, (Period of acceptance of offers) is deleted as not applicable; 52.212-4, Contract Terms and Conditions Commercial Items; 52.216-18, Ordering (from the first day of the effective contract period through the last day of the effective contract period); 52.216-19, Order Limitations ((a) $50.00, (b) (1) the yearly estimated quantity (2) the yearly estimated quantity (3) 30 days); 52.216-21, Requirements (after the last day of the effective contract period); 52.217-8, Option to Extend Services (Contractor prior to expiration of the current performance period); 52.217-9, Option to Extend the Term of the Contract ((a) Contractor by the last day of the current performance period, at least 60 days before the contract expires (c) five years); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central Contract Registration. 52.222-41, Service Contract Act of 1965, As Amended, Wage determination 1994-3013, Revision 6, Last Revision 06/30/2003 available at Webb address http://www.wdol.gov/wdol/scafiles/std/94-3013.txt 52.222-42, Statement of Equivalent Wage Rates For Federal Hires - Dental Assistant, $11.00 hr.; 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (multiple year and option year contracts); 52.224-1, Privacy Act Notification; 52.224-2, Privacy Act; 52.228-5, Insurance - Work on Government Installation; 52.232-18, Availability of Funds; 52.232-19, Availability of Funds for the Next Fiscal Year; 52.233-2, Service of Protest; Robert J. Newport, Acting Procurement Executive, Federal Bureau of Prisons, 320 First Street NW, Rm. 5006,Washington, DC 20534; 2852.233-70 (JAN 1998) of the Justice Acquisition Regulation: PROTESTS FILED DIRECTLY WITH THE DEPARTMENT OF JUSTICE (JAN 1998) (a) The following definitions apply in this provision: (1) "Agency Protest Official" means the official, other than the contracting officer, designated to review and decide procurement protests filed with a contracting activity of the Department of Justice. (2) "Deciding Official" means the person chosen by the protestor to decide the agency protest; it may be either the Contracting Officer or the Agency Protest Official. (3) "Interested Party" means an actual or prospective offeror whose direct economic interest would be affected by the award of a contract or by the failure to award a contract. (b) A protest filed directly with the Department of Justice must: (1) Indicate that it is a protest to the agency. (2) Be filed with the Contracting Officer. (3) State whether the protestor chooses to have the Contracting Officer or the Agency Protest Official decide the protest. If the protestor is silent on this matter, the Contracting Officer will decide the protest. (4) Indicate whether the protestor prefers to make an oral or written presentation of arguments in support of the protest to the deciding official. (5) Include the information required by FAR 33.103(d)(2): (i) Name, address, facsimile number and telephone number of the protestor. (ii) Solicitation or contract number. (iii) Detailed statement of the legal and factual grounds for the protest, to include a description of resulting prejudice to the protestor. (iv) Copies of relevant documents. (v) Request for a ruling by the agency. (vi) Statement as to the form of relief requested. (vii) All information establishing that the protestor is an interested party for the purpose of filing a protest. (viii) All information establishing the timeliness of the protest. (c) An interested party filing a protest with the Department of Justice has the choice of requesting either that the Contracting Officer or the Agency Protest Official decide the protest. (d) The decision by the Agency Protest Official is an alternative to a decision by the Contracting Officer. The Agency Protest Official will not consider appeals from the Contracting Officer's decision on an agency protest. (e) The deciding official must conduct a scheduling conference with the protestor within five (5) days after the protest is filed. The scheduling conference will establish deadlines for oral or written arguments in support of the agency protest and for agency officials to present information in response to the protest issues. The deciding official may hear oral arguments in support of the agency protest at the same time as the scheduling conference, depending on availability of the necessary parties. (f) Oral conferences may take place either by telephone or in person. Other parties may attend at the discretion of the deciding official. (g) The protestor has only one opportunity to support or explain the substance of its protest. Department of Justice procedures do not provide for any discovery. The deciding official may request additional information from either the agency or the protestor. The deciding official will resolve the protest through informal presentations or meetings to the maximum extent practicable. (h) An interested party may represent itself or be represented by legal counsel. The Department of Justice will not reimburse the protester for any legal fees related to the agency protest. (i) The Department of Justice will stay award or suspend contract performance in accordance with FAR 33.103(f). The stay or suspension, unless over-ridden, remains in effect until the protest is decided, dismissed, or withdrawn. (j) The deciding official will make a best effort to issue a decision on the protest within twenty (20) days after the filing date. The decision may be oral or written. (k) The Department of Justice may dismiss or stay proceeding on an agency protest if a protest on the same or similar basis is filed with a protest forum outside the Department of Justice. 52.237-7, Indemnification and Medical Liability Insurance, $1,000,000 per occurrence, and; 2852.201-70 of the Justice Acquisition Regulations (JAR), Contracting Officer?s Technical Representative (a) Richard T. Higham, DDS, FCI Elkton Contractor must provide a means for electric payment to include bank routing and account number. Payment terms as specified in FAR 52.212-4(g), the due date for making an invoice payment by the designated payment office shall be the 30th day after the designated billing office has received a proper invoice, or the government accepts the services performed by the contractor. The contractor can however offer discount payment terms for prompt payments. Half sessions will not be authorized for payment. Contractor, if an individual other than a corporation, upon contract award must complete several Human Resource Management Forms. The forms are referenced as follows: Direct Deposit (SF-1199A); Federal/State/City/County tax forms (as applicable); Employee Locator Form (DOJ-233); Race and National Origin Identification (SF-181); Self-Identification of Handicap (SF-256), and; Employment Eligibility Verification (I-9). An award made to an individual resulting from this solicitation is not subject to 52.212-4(i), Prompt Payment Act. When award is made to an individual, the provision of these services has been determined to meet certain criteria for creating a common law employment relationship. Therefore, the BOP is responsible for the payment of FICA taxes (7.65%) and the withholding of the individual employee?s taxes. These responsibilities apply only when award of this solicitation is made to an individual. It does not apply to companies or individuals who are incorporated. For evaluation purposes, an additional 7.65% will be added to the price submitted by individuals who are not incorporated. Contractor shall, at its own expense, provide and maintain during the entire performance of the resulting contract, at least the kinds and minimum amounts of insurance required as listed: Professional Medical Liability: $1,000,000 per occurrence, and; Worker?s Compensation and Employers Liability: $100,000. The required workers compensation insurance shall extend to cover employers liability for accidental bodily injury or death and for occupational disease with a minimum liability of $100,000. Comprehensive General Liability: $ 500,000 per occurrence for bodily injury. DEPARTMENT OF JUSTICE CONTRACTOR RESIDENCY REQUIREMENT BUREAU OF PRISONS CLAUSE The residency requirement applies to both individuals and employees of companies providing services to the Federal Bureau of Prisons. For three of the five years immediately prior to submission of your offer/bid/quote, individuals or contractor employees providing services in any Federal Bureau of Prisons facility must have: 1.resided in the United States (U.S.); 2.worked for the U.S. overseas in a Federal or military capacity; or 3.been a dependent of a Federal or military employee serving overseas. Department of Justice Residency Requirement Certification Form The residency requirement certification must be completed and returned with the offer/bid/quote for individuals applying for a contract. Companies must submit a completed certification for each of their employees performing work at the Federal Bureau of Prisons, prior to performance. In order to facilitate the clearance process, companies should submit the certifications as soon as it is apparent which employees will be performing the work but no later than one week prior to performance. Documentation to substantiate residency may be requested at anytime prior to award for contracts with individuals, and prior to performance for awards to other than individuals. I certify that for three of the five years immediately prior to responding to this solicitation, I have: 1) resided in the United States (U.S.); 2) worked for the U.S. overseas in a Federal or military capacity; or 3) have been a dependent of a Federal or military employee serving overseas. ________________________________ __________ Name of Vendor/Individual Date Signature of Individual Clauses may be viewed or downloaded by accessing the website at: http://www.arnet.gov. All responsible sources may submit an offer which will be considered for award. NO SOLICITATION DOCUMENT WILL BE ISSUED. Submission of Quotation: On letterhead or business stationary, the following information is required: Provide pricing for the estimated number of sessions as outlined below: Base Year (months 1 to 12) Dental Assistant , 1500 one hour sessions X session price $_______ = yearly total $_______ Option Year One (month 13 to 24) Dental Assistant, 1500 one hour sessions X session price $_______ = yearly total $_______ Option Year Two (months 25 to 36) Dental Assistant, 1500 one hour sessions X session price $_______ = yearly total $_______ Option Year Three (months 37 to 48) Dental Assistant, 1500 one hour sessions X session price $_______ = yearly total $_______ Option Year Four (months 49 to 60) Dental Assistant, 1500 one hour sessions X session price $_______ = yearly total $_______ This estimate is not a representation to an offeror or contractor that the estimated quantities will be required or ordered or that conditions affecting requirements will be stable or normal. The resulting contract will include four 12 month option periods for renewal at the unilateral discretion of the Government. Pursuant to FAR 17.203(b), the Government?s evaluation shall be inclusive of options. Pursuant to FAR 17.203(d), offerors may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. Offerors are advised that the Government has the unilateral right to exercise option periods in accordance with FAR 43.103(b) and 52.217-9, Option to Extend the Term of the Contract, and 52.217-8, Option to Extend Services. Offers must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Center, 346 Marine Forces Drive, Grand Prairie, TX 75051 on or before 2:00 P.M. Central Standard Time February 18, 2004. Offers may be faxed to 972-352-4545. Please call 972-352-4529 to verify receipt of offer. Original Point of Contact Patrick Hergenrother, Contract Specialist, Phone 972-352-4529, Fax 972-352-4545, E-mail phergenrother@bop.gov Place of Performance Address: Federal Correctional Institution, 8730 Scroggs Road, Elkton, Ohio 44415 Postal Code: 44415 Country: USA
- Place of Performance
- Address: FCI Elkton, 8730 Scrogs Road, Elkton, OH
- Zip Code: 44415
- Country: USA
- Zip Code: 44415
- Record
- SN00505255-W 20040118/040116211822 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |