SOLICITATION NOTICE
Q -- Non-Personnal Dietician Services
- Notice Date
- 5/21/2004
- Notice Type
- Solicitation Notice
- NAICS
- 621399
— Offices of All Other Miscellaneous Health Practitioners
- Contracting Office
- Department of Justice, Bureau of Prisons, USP McCreary, 330 Federal Way P.O. Box 30547, Pine Knot, KY, 42635
- ZIP Code
- 42635
- Solicitation Number
- 12004-0026-4
- Response Due
- 5/28/2004
- Archive Date
- 10/28/2004
- Point of Contact
- Kadra Oelrich, Supervisory Contract Specialist, Phone (606) 354-7021, Fax (606) 354-7022, - Kadra Oelrich, Supervisory Contract Specialist, Phone (606) 354-7021, Fax (606) 354-7022,
- E-Mail Address
-
koelrich@bop.gov, koelrich@bop.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and solicitation for Commercial items as supplemented with additional information included in this announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. RFQ 12004-0026-4 is issued as a request for quotation. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2001-23. The North American Industrial Classification System Code is 621399. The small business standard is $8.5 Million. This solicitation is 100% set-aside for small business. The Government intends to make a single award of an indefinite delivery/requirements type contract with firm fixed unit prices. Award will be made to the responsible quoter who submits the most advantageous offer to the Government based on price. GENERAL REQUIREMENTS: The Federal Bureau of Prisons (BOP), United States Penitentiary (USP) McCreary, located at 330 Federal Way, Pine Knot, Kentucky 42635, has a requirement for Non-personal Dietician Services 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 May 28, 2004 with the performance period beginning on or about June 7, 2004. The contractor shall provide Dietician Services which include the following but are not limited to: Contractor will perform nutritional education, counseling for inmates referred from the medical staff and review food service?s daily menu for appropiateness of menu selections. The Clinical Director and or a Bureau of Prison?s (BOP) Physician will retain professional responsibility for all patients referred to Dietician. KNOWLEDGE REQUIRED: Contractor must be a graduate of a Dietetic School. Must be currently registered and show proof of current State License or Certification, without limitation, to perform the duties of a dietician. SCHEDULE: Services will be scheduled during regular work hours (7:30 AM to 4:00 PM). Contractor visits to the institution will be scheduled by the contractor with the Health Services Administrator?s office. The Contractor will be scheduled one (1) four (4) hour session once per week depending on case load. EQUIPMENT AND SUPPLIES: All equipment and supplies will be furnished by USP McCreary for procedures performed at this facility. Additionally, no procedures will be requested at USP McCreary unless necessary equipment and supplies are available. METHOD OF PERFORMANCE: The manner and method of performance, outlined in subparagraph ?GENERAL REQUIREMENTS? of this statement of work are the sole responsibility and within the sole discretion of the contractor, provided, however, contractor shall perform in accordance with standards and practices consistent with acceptable medical care. Specific services shall be conveniently available to meet the needs of patients as determined by the medical staff. PATIENT MANAGEMENT: Patients shall be accorded impartial access to treatment or accommodations that are available or medically indicated, regardless of race, creed, sex, national origin or religion. Services provided under the sponsorship of the contractor shall be departments/services of the medical or dental department. Staffing shall be commensurate with the expected needs of patients and within the scope of services offered. The Contractor is to be constantly aware of security and maintain a professional relationship with the inmates at all times. Any violations of the institution rules and regulations are to be brought immediately to the attention of an appointed Government employee for prompt and proper action. SPECIAL CONTRACT CONDITIONS/CONTRACT SECURITY/INVESTIGATIVE REQUIREMENTS: 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 discretions 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 Service Administrator, the Contracting Officer?s Technical Representative (COTR), 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, consisting of approximately four (4) hours, 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 meeting, recalls or staff functions. OTHER PROVISIONS: In accordance with the Federal Bureau of Prisons Acquisition Policy (BPAP), Part 37.103?), 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. 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 Health Service Department) with each entry being signed by the Contractor. OFFERORS ARE REQUIRED TO INCLUDE A COMPLETED COPY of 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: 52.204-6, Data Universal Numbering System; 52.204-7, Central Contract Registration, Alternate I, prior to contract award; 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, Order Limitations ((a) $50.00, (b) (1) yearly estimated quantity (2) the yearly estimated quantity (3) 30 days); 52.216-21, Requirements (after the last day of the effective contract period); 52.217-9, 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 (b) 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; 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 1994-2375, Revision 22, Last Revision 06/05/2003 available at Web Address http://kirk.fedworld.gov/sca/sca/94-2375.txt; 52.222-42, Statement of Equivalent Wage Rates for Federal Hires 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;. 52.237-7 Indemnification and Medical Liability Insurance, $100,000 per occurrence, and; 2852.201-70 of the Justice Acquisition Regulation (JAR), Contracting Officer?s Technical Representative (COTR) (a) Stephen Spaulding, United States Penitentiary McCreary, Pine Knot, Kentucky. 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 provisions 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. A residency requirement certification as state below, 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 certification 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. RESIDENCY REQUIREMENT: I certify that for three of the five years immediately prior to responding to this solicitation, I have: (1) resided in the United States (US); (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. 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:$100,00 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. 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 QUOTATIONS: Vendors will be required to submit the following information on letterhead or business stationary, directly to the contracting officer. 1. Offerors Representations and Certifications (FAR 52.212-3). 2. Residency Requirement Certification. 3. Proof of Experience and Psychiatry License/Certification. 4. Contract Pricing as indicated below. Base Year (months 1 to 12) 52 seven (4) hour sessions X session price $_____________= yearly total $________________ Option Year One (month 13 to 24) 52 seven (4) hour sessions X session price $_____________= yearly total $________________ Option Year Two (month 25 to 36) 52 seven (4) hour sessions X session price $_____________= yearly total $________________ Option Year Three (month 37 to 48) 52 seven (4) hour sessions X session price $_____________= yearly total $________________ Option Year Four (month 49 to 60) 52 seven (4) hour sessions X session price $_____________= yearly total $________________ The above information must be received at the Federal Bureau of Prisons, United States Penitentiary McCreary Contracting Office, 330 Federal Way, Pine Knot, Kentucky 42635 on or before 4:00 P.M. EST May 21, 2004. Offers may be faxed to 606-354-7022 or e-mailed to koelrich@bop.gov. Please call 606-354-7021 to verify receipt of offer.
- Place of Performance
- Address: 330 Federal Way,, Pine Knot, Kentucky
- Zip Code: 42635
- Zip Code: 42635
- Record
- SN00590256-W 20040523/040521211837 (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 |