SOLICITATION NOTICE
Q -- Dentist Services
- Notice Date
- 11/15/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621210
— Offices of Dentists
- Contracting Office
- Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, Texas, 75051
- ZIP Code
- 75051
- Solicitation Number
- RFQ-P01181000026
- Archive Date
- 6/28/2011
- Point of Contact
- Edna Perry-Carter, Phone: 972-352-4569
- E-Mail Address
-
eperry@bop.gov
(eperry@bop.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, RFQ-P01181000026, for Dentist Services, is issued as a Request for Quotation (RFQ). Dentist Services General Information - The Federal Bureau of Prisons intends to establish a contract for the provision of Dental Services. Services are to be performed onsite at the United States Penitentiary (USP) Big Sandy and the Satellite Prison Camp (SPC) located in Inez, Kentucky. USP Big Sandy is a high security facility housing approximately 1500 federal male inmates. SPC Big Sandy is an adjacent facility that houses approximately 120 minimum security male inmates. Additional information regarding the Federal Bureau of Prisons and its facilities is located at: www.bop.gov. Place of Performance - The Dental Services will be performed in the Health Services Department at the USP and SPC, both facilities are located at 1197 Airport Road, Inez, Kentucky 41224. Schedule of Performance - The contractor will normally work 30 sessions per week, with an estimate of 1440 sessions for the year. One (1) session will equal one (1) hour. Typically, the contractor will work Monday through Friday (except Federal Holidays), normally between the hours of 7:30 a.m. and 2:00 p.m., with a 30 minute unpaid lunch period. The Contract Monitor (CM) and the Health Services Administrator (HSA) will be responsible for defining the weekly schedule. These schedules are subject to change based on the variable needs of the institution(s) and the unpredictable nature of the correctional environment. Upon agreement, any changes to the schedule must be coordinated with the CM assigned under the contract. Due to the nature of the correctional setting, delays in performance of work may be experienced. Such delays may include but are not limited to inclement weather, electrical or mechanical problems, or other security matters. When contract employees report to the institution but are unable to perform services due to such delays, the contractor will be paid for one session. Normally, any remaining sessions for that day will be suspended and the contractor will be free to leave and the contractor will not be paid for the remaining unperformed sessions. However, if the institution requests that the contractor remain at the institution for eventual performance, the contractor shall be paid for such sessions. The contractor must notify the government in the event a scheduled provider cannot provide service as ordered. If the contractor fails to provide coverage, the Government may seek contractual remedy. Description of Responsibilities - The contractor will be responsible for providing in-house dental care for the inmate population. The contractor will screen dental patients, recommend and perform follow-up care, provide dental hygiene services if indicated and perform other duties as assigned by the HSA. The contractor will make a legible note, including patient education, for each patient. Each note must provide sufficient details allowing another Dentist to assume dental care of the patient based on those notes. All duties shall be performed in accordance with standards and methods generally accepted within the field of Dentistry, and in compliance with all Federal and State policy and regulations. The contractor shall adhere to all standards and regulations associated with The Joint Commission (JCAHO) and American Correctional Association Foundation/Core Standards for Adult Correctional Institutions. Due to JCAHO regulations, as well as FBOP Health Services policies, history and evaluations shall be completed as scheduled. Detailed medical record documentation must be maintained. The contractor's performance shall be monitored by the HSA. The contractor must have the ability to work with an inmate population from a variety of cultural, regional, racial, and ethnic backgrounds. The contractor will evaluate patients by referral from medical staff and recommend treatment to the medical staff. The contractor will document accurately and thoroughly in the electronic medical record and will have all documentation completed by the end of the work day. Any recommendations for further diagnostic testing and/or treatment will be made in the appropriate section of the electronic record, pending review by the Utilization Review Committee. Education and Qualifications - The contractor will provide the USP with a Dentist who possesses knowledge, skills, abilities, and a current and valid license to practice Dentistry in Kentucky. The contractor must specifically identify the individual that will be performing these services under any subsequent contract award. The contractor must provide proof that their candidate meets all qualifications. The candidate's name and qualifications must be submitted at the time the quote is submitted. Contractor must submit with their quote a resume, photocopies of documents evidencing education, license, certification and training. The contracting Dentist is responsible for submitting updated license to the HSA as the license is renewed. Equipment and Supplies - All supplies and equipment necessary to perform the dental services will be provided by USP Big Sandy. Inmate Management - The provision of services under this proposed contract will require frequent and unsupervised contact with inmates. The contractor will not be responsible for the management of inmates except to ensure that those inmates involved in activities within the contractors scope of work shall abide by all rules, in effect, to ensure the safety and well-being of all participants. Institution Security/Investigative Requirements - The contractor and all employees involved in the provision of services under this contract shall meet certain security requirements prior to the provision of services. The Health Services Administrator is responsible for conducting the appropriate vouchering and criminal background checks (National Crime Information Center (NCIC)). The contractor agrees to complete the necessary documents needed to complete the required security checks. An individual who does not pass the security clearance will be unable to perform services under the contract. If the resulting contract is to be awarded to an individual, all clearance procedures shall be applied prior to award. Individuals who do not pass the security clearance will not be awarded a contract. The final determination and completion of the security investigation procedures will be made at the sole discretion of the institution. Any individual deemed not suitable by the BOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. The contractor must be in compliance with Department of Justice regulations at 8 CFR 274a regarding the employment of aliens. A copy of the directive is available upon the Contractor's request. Quoters are hereby notified that the Government intends to evaluate quotes and extend an offer of contract award in accordance with FAR 52.212-1(g). Contract Clauses: 52.252-2 Clauses Incorporated by Reference (FEB 1998). The contract incorporated one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far. Full text copies of the Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer. 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) with addendum to incorporate the additional clauses listed below into this solicitation and the resulting contract. 52.253-1 Computer Generated forms (JAN 1991) 52.237-2 Protection of Government Building, Equipment, and Vegetation (APR 1984) 52.204-9 Personal Identity Verification of Contractor Personnel (SEP 2007) 52.232-18 Availability of Funds (APR 1984) 52.204-4 Printed or Copied Double Sided on Recycled Paper (AUG 2000) 52.223-5 Pollution Prevention and Right To-Know Information (AUG 2003) 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006) 52.228-5 Insurance - Work on a Government Installation (JAN 1997). Worker's Compensation or Employer Liability: $100,000; and General Liability written on the comprehensive form of policy of at least $500,000 per occurrence for bodily injury. 52.237-7 Indemnification and Medical Liability Insurance (JAN 1997). $1,000,000 per specialty per occurrence. 52.224-1 Privacy Act Notification (APR 1984) 52.224-2 Privacy Act (APR 1984) The following clauses will be incorporated into a resultant contract if full text with applicable fill-in information as noted. 52.216-18 Ordering (OCT 1995)- (a) from the first day of the effective performance period through the last day of the effective performance period. 52.216-19 Ordering Limitations (OCT 1995)- (a) less than one session; (b)(1)estimated quantities identified in the Schedule of Supplies/Services within the current performance period; (b)(2)the estimated quantities identified in the Schedule of Supplies/Services within the current performance period; (b)(3) 30 days (d) 5 days 52.216-21 Requirements (OCT 1995) - (f) after the last day of the effective performance period. 52.24-403-70 Notice of Contractor Personnel Security Requirements (OCT 2005) 52.218-000 Continuing Contract Performance During a Pandemic Influenza or Other National Emergency (MAY 2008) 52.27-103-72 DOJ Residency Requirement Bureau of Prisons (JUN 2004) 52.21-603-70 Contract Monitor (CM) (AUG 2008). Sherry Slone, Health Services Administrator at USP Big Sandy. 52.224-102(a) Security of Systems and Data, Including Personally Identifiable Information (MAR 2008) 52.224-102(b) Information Resellers or Data Brokers (MAR 2008) 52.232-19 Availability of Funds For The Next Fiscal Year (APR 1984) - beyond September 30th. 2852.223-70 Unsafe Conditions Due to the Presence of Hazardous Material (JUN 1996) 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2010)-(b) 1, 9(i), 13, 19, 20, 22, 23, 24, 25, 26, 27, and 40. Other Contract Terms and Conditions: Type of Contract: The Government contemplates award of an indefinite delivery/requirements type contract with firm-fixed unit price resulting from this solicitation. It is anticipated that a contract award resulting from this solicitation will be made approximately December 14, 2010, with an effective date of January 1, 2011. The performance period will extend from Effective Date of Award (EDOA) through 12 months. Ordering Official: In accordance with FAR 52.216-18, request for services will be made via issuance of individual task orders. The orders may be issued only by the Contracting Officer, Administrative Contracting Officer, or an ordering official for the institution with an appropriate certificate of appointment or a delegation of authority for credit card purchases. The contract will be a nonpersonal health care services contract, as defined in FAR 37.101, under which the contractor is an independent contractor. Additionally, the Government may evaluate the quality of professional and administrative services provided, but retains no control of the medical, professional aspects of services rendered (e.g., professional judgments, diagnosis for specific medical treatment). Award of a contract does not constitute an employer/employee relationship. The contractor will not be subject to Government supervision, except for security related matters; however, contractor performance shall be closely monitored to ensure contract compliance. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. Solicitation Provisions: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.arnet.gov/far. 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) tailored to delete paragraphs at c, d, h, and i as they have been determined to be non-applicable to this solicitation. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2010) 52.27-103-71 Faith-Based and Community-Based Organizations (AUG 2005). Can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. 52.237-1 Site Visit (APR 1984) 52.233-2 Service of Protest (SEP 2006) 2852.233-70 Protest Filed Directly with the Department of Justice (JAN 1998) The North American Industry Classification System (NAICS) code is 621210, Offices of Dentists and the applicable small business size standard is $7.0 million. All contractors doing business with the Federal Government must be registered in the Central Contractor Registration (CCR). Quoters are advised that the Contracting Officer will verify registration in the CCR database (www.ccr.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration may result in elimination from consideration for award. Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. Submission of Quotations: On letterhead or business stationary, the following information is required: (1) Contractors DUNS Number and TIN Number (2) Quoted price per session (session is defined as one hour in duration) for an estimated requirement of 1440 sessions. Example format: Estimated 1440 sessions x ______ per session = ____________________. The estimate is not a representation to a quoter or contractor that the estimated quantity will be required or ordered, or that conditions affecting requirements will remain stable or normal. Contracting pricing shall be based on per session rate. (3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (OCT 2010), if different from entry made to the Online Representations and certifications Application (ORCA) site located at orca.bpn.gov. (4) Documentation of Qualification: The contractor must specifically identify the individual that will be performing this service. The contractor must provide proof that their candidate meets all qualification at the time the quote is submitted. Photocopy of each document verifying appropriate license, experience, education, qualification, etc. A brief description of how the contractor plans to fulfill the contract, along with supporting documentation as indicated. (5) Proof of contractor's ability to meet the insurance requirements, specifically with regard to medical liability requirement. (6) Point of Contact Information for professional references. The contractor shall provide a list of at least three contracts awarded to their firm which are of a related nature. Include the following information for each: Customer Name, Address, Phone, Fax, E-mail Address, Contract Number, Contact Person, Type of Work, Contract Amount, and Contract Status (Active or Complete). The contractor shall also provide contact information for a financial reference to include Bank Name, Address, Phone, and Contact Person. This acquisition will be procured in accordance with FAR Part 12 - Acquisition of Commercial Items and Part 13 - Simplified Acquisition Procedures. The Government intends to make an award to a quoter, pursuant to an affirmative determination of responsibility, whose quote conforming to the solicitation is determined to be the best value to the Government. The basis for selection shall be the lowest priced quote, along with acceptable past performance. The Government reserves the right to require the quoter to submit additional information as necessary to support a pre-award determination of responsibility. Upon satisfactory completion of all applicable certifications and representations, award will be made following an affirmative determination by the Government of a quoter's responsibility. The contractor shall commence full performance of services under this contract within 30 calendar days from the effective date of award of this contract. In accordance with FAR 46.503 and 46.403(a)(6), the place of acceptance for services under this contract is at the destination, the United States Penitentiary Big Sandy, Inez, KY. The contractor shall provide the contract services independent of Government supervision. Quotes shall be received on or before the deadline of Tuesday, November 30, 2010, at 2:00 p.m., Central Time. Quotes shall be submitted to the Federal Bureau of Prisons, Field Acquisition Office, Attention: Edna Perry-Carter, Contract Specialist, U.S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, Texas 75051. Mailed and hand-carried quotes must be delivered to the Contract Specialist at the address shown above no later than the time specified as the deadline for receipt of quotes. The official point of receipt for hand-carried quotes will be the first floor reception area. PLEASE DO NOT SUBMIT QUOTES TO ANY LOCTION OTHER THAN THE ONE LISTED ABOVE. Quotes received after the deadline will be handled in accordance with FAR provision 52.212-1(f). Faxed and e-mailed quotes will not be accepted. Please place any questions you may have in writing and fax them to (972) 352-4545, Attention: Edna Perry-Carter. All questions received will be considered and responses provided, where appropriate.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/70032/RFQ-P01181000026/listing.html)
- Place of Performance
- Address: 1197 Airport Road, Inez, Kentucky, 41224, United States
- Zip Code: 41224
- Zip Code: 41224
- Record
- SN02327581-W 20101117/101115234201-76de1cdc8708268172d14878f46f4ed8 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |