SOLICITATION NOTICE
Q -- Prosthetics and Orthotics at the Federal Correctional Complex (FCC) Butner, NC - Package #1
- Notice Date
- 2/4/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621399
— Offices of All Other Miscellaneous Health Practitioners
- 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
- RFPP01061300002
- Point of Contact
- Raymond J. Kelemencky, Phone: (972) 352-4529
- E-Mail Address
-
rkelemencky@bop.gov
(rkelemencky@bop.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 003 - Past Performance Questionnaire Attachment 002 Business Management Questionnaire Attachment 001 - Statement of Work (SOW) REQUEST FOR PROPOSAL This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice and is subject to the rules of FAR Part 12 and 15. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This notice constitutes solicitation RFPP01061300002 and is being issued as a Request for Proposal. This notice and any incorporated provisions include those in effect through Federal Acquisition Circular 2005-64. The applicable NAICS code for this acquisition is 621399 and the small business size standard is $7.0 million. This requirement is being issued as 100% small business set aside. Any questions concerning this solicitation should be submitted to Raymond Kelemencky, Contracting Officer, at 972-352-4529 or rkelemencky@bop.gov. The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas intends to establish a firm-fixed price indefinite-delivery, requirements type contract for the provision of Orthotics and Prosthetics Services to be rendered for the inmate population incarcerated at the Federal Correctional Complex (FCC) located in Butner, North Carolina. A description of the services required is attached to this posting and labeled as Attachment 001,Statement of Work. CONTRACT CLAUSES: 52.252-2 -- Clauses Incorporated by Reference (FEB 1998). A resultant contract will incorporate 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 FAR clause may be accessed electronically at this address: www.acquisition.gov. Full text copies of 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 (FEB 2012) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.204-4 Printed or copied double-sided on recycled paper (MAY 2011) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.223-5 Pollution Prevention and Right to Know Information (MAY 2011) 52.224-1 Privacy Act Notification (APR 1984) 52.224-2 Privacy Act (APR 1984) 52.228-5 Insurance - Work on a Government Installation (JAN 1997) Workers compensation or Employers liability: $100,000; and Comprehensive General Liability: $500,000 per occurrence for bodily injury. 52.237-7 Indemnification and Medical Liability Insurance (37.403) (JAN 1997): $1,000,000 52.232-18 Availability of Funds (APR 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.253-1 Computer Generated Forms (JAN 1991) The following clauses will be incorporated into a resultant contract in 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 Order Limitations (OCT 1995) - (a) less than one session; (b) (1) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (2) the estimated quantities identified in the Schedule of Items 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 52.217-8 Option to Extend Services (NOV 1999) prior to the expiration of the current performance period 52.217-9 Option to Extend the Term of the Contract (MAR 2000) - prior to expiration of the current performance period; 60 days; but excluding the exercise of any option under the clause at 52.217-8 which is also incorporated into this contract, shall not exceed five (5) years. 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) - beyond September 30th of the Base year or any option year exercised; beyond September 30th of the Base year or any option year exercised. 2852.223-70 Unsafe Conditions Due to the Presence of Hazardous Material (June 1996) (a) "Unsafe condition" as used in this clause means the actual or potential exposure of contractor or Government employees to a hazardous material as defined in Federal Standard No. 313, and any revisions thereto during the term of this contract, or any other material or working condition designated by the Contracting Officer's Representative (COR) as potentially hazardous and requiring safety controls. (b) The Occupational Safety and Health Administration (OSHA) is responsible for issuing and administering regulations that require contractors to apprise its employees of the hazards to which they may be exposed in the course of their employment; proper conditions and precautions for safe use and exposure; and related symptoms and emergency treatment in the event of exposure. (c) Prior to commencement of work, contractors are required to inspect for and report to the contracting officer or designee the presence of, or suspected presence of, any unsafe condition including asbestos or other hazardous materials or working conditions in areas in which they will be working. (d) if during the performance of the work under this contract, the contractor or any of its employees, or subcontractors employees, discover the existence of an unsafe condition, the contractor shall immediately notify the contracting officer, or designee, (with written notice provided not later than three (3) working days thereafter) of the existence of an unsafe condition. Such notice shall include the contractor's recommendations for the protection and the safety of Government, contractor and subcontractor personnel and property that may be exposed to the unsafe condition. (e) When the Government receives notice of an unsafe condition from the contractor, the parties will agree on a course of action to mitigate the effects of that condition and, if necessary, the contract will be amended. Failure to agree on a course of action will constitute a dispute under the Disputes clause of this contract. (f) Nothing contained in this clause shall relieve the contractor or subcontractor from complying with applicable Federal, State, and local laws, codes, ordinances and regulations (including the obtaining of licenses and permits) in connection with hazardous material including but not limited to the use, disturbance, or disposal of such material. 52.24-403-70 Notice of Contractor Personnel Security Requirements (OCT 2005) Compliance with Homeland Security Presidential Directive-12 (HSPD-12) and Federal Information Processing Standard Publication 201 (FIPS 201) entitled "Personal Identification Verification (PIV) for Federal Employees and Contractors," Phase I. 1. Long-Term Contractor Personnel: In order to be compliant with HSPD-12/PIV I, the following investigative requirements must be met for each new long-term contractor employee whose background investigation (BI) process begins on or after October 27, 2005: a)Contractor Personnel must present two forms of identification in original form prior to badge issuance (acceptable documents are listed in Form I-9, OMB No. 1615-0047, " Employment Eligibility Verification, " and at least one document must be a valid State or Federal government-issued picture ID); b)Contractor Personnel must appear in person at least once before a DOJ official who is responsible for checking the identification documents. This identity proofing must be completed sometime during the clearance process but prior to badge issuance and must be documented by the DOJ official; c)Contractor Personnel must undergo a BI commensurate with the designated risk level associated with the duties of each position. Outlined below are the minimum BI requirements for each risk level: • High Risk - Background Investigation (5 year scope)Moderate Risk - Limited Background Investigation (LBI) or Minimum Background Investigation (MBI)Low Risk - National Agency Check with Inquiries (NACI) investigation a. The pre-appointment BI waiver requirements for all position sensitivity levels are a: 1)Favorable review of the security questionnaire form; 2)Favorable fingerprint results; 3)Favorable credit report, if required; 4)Waiver request memorandum, including both the Office of Personnel Management schedule date and position sensitivity/risk level; and 5)Favorable review of the National Agency Check (NAC) portion of the applicable BI that is determined by position sensitivity/risk level. A badge may be issued following approval of the above waiver requirements. If the NAC is not received within five days of OPM ' s scheduling date, the badge can be issued based on a favorable review of the Security Questionnaire and the Federal Bureau of Investigation Criminal History Check (i.e., fingerprint check results). b.Badge re-validation will occur once the investigation is completed and favorably adjudicated. If the BI results so justify, badges issued under these procedures will be suspended or revoked. 2.Short-Term Contractor Personnel: It is the policy of the DOJ that short-term contractors having access to DOJ information systems and/or DOJ facilities or space for six months or fewer are subject to the identity proofing requirements listed in items 1a. and 1b. above. The pre-appointment waiver requirements for short-term contractors are: a.Favorable review of the security questionnaire form; b.Favorable fingerprint results; c.Favorable credit report, if required; and d.Waiver request memorandum indicating both the position sensitivity/risk level and the duration of the appointment. The commensurate BI does not need to be initiated. A badge may be issued following approval of the above waiver requirements and the badge will expire six months from the date of issuance. This process can only be used once for a short-term contractor in a twelve month period. This will ensure that any consecutive short-term appointments are subject to the full PIV-I identity proofing process. For example, if a contractor employee requires daily access for a three or four-week period, this contractor would be cleared according to the above short-term requirements. However, if a second request is submitted for the same contractor employee within a twelve-month period for the purpose of extending the initial contract or for employment under a totally different contract for another three or four-week period, this contractor would now be considered "long-term" and must be cleared according to the long-term requirements as stated in this interim policy. 3.Intermittent Contractors: An exception to the above-mentioned short-term requirements would be intermittent contractors. a. For purposes of this policy, "intermittent" is defined as those contractor employees needing access to DOJ information systems and/or DOJ facilities or space for a maximum of one day per week, regardless of the duration of the required intermittent access. For example, the water delivery contractor that delivers water one time each week and is working on a one-year contract. b. Contractors requiring intermittent access should follow the Department's escort policy. Please reference the August 11, 2004, and January 29, 2001, Department Security Officer policy memoranda that conveys the requirements for contractor facility escorted access. c. Due to extenuating circumstances, if a component requests unescorted access or DOJ IT system access for an intermittent contractor, the same pre-employment background investigation waiver requirements that apply to short-term contractors are required. d. If an intermittent contractor is approved for unescorted access, the contractor will only be issued a daily badge. The daily badge will be issued upon entrance into a DOJ facility or space and must be returned upon exiting the same facility or space. e. If an intermittent contractor is approved for unescorted access, the approval will not exceed one year. If the intermittent contractor requires unescorted access beyond one year, the contractor will need to be re-approved each year. 4. An individual transferring from another department or agency shall not be re-adjudicated provided the individual has a current (within the last five years), favorably adjudicated BI meeting HSPD-12 and DOJ's BI requirements. 5. The DOJ's current escorted contractor policy remains unchanged by this acquisition notice. Notes: FIPS 201 is available at: www.csrc.nist.gov/publications/fips/fips201/FIPS-201-022505.pdf Under HSPD-12, long-term contractors are contractors having access to DOJ information systems and/or DOJ facilities or space for six months or longer. The PIV-I identity proofing process, including initiation and adjudication of the required background investigation, is required for all new long-term contractors regardless of whether it is the current practice to issue a badge. The second phase of HSPD-12 implementation (PIV-II) requires badge issuance to all affected long-term contractors. For contractors in position sensitivity/risk levels above level 1, a favorable review of a credit check is required as part of the pre-appointment waiver package. In order to avoid a delay in the hiring process, components should request an Advance NAC Report when initiating investigations to OPM. Per OPM ' s instructions, to obtain an Advance NAC Report, a Code " 3" must be placed in block " B " of the " Agency Use Only " section of the investigative form. This report is available for all case types. For contractors in position sensitivity/risk levels above level 1, a favorable review of a credit check is required as part of the pre-appointment waiver package. 52.27-103-72 DOJ Contractor Residency Requirement (JUN 2004): For three of the five years immediately prior to submission of an offer/bid/quote, or prior to performance under the contract or commitment, individuals or contractor employees providing services must have: 1. Legally resided in the United States (U.S.) ; 2. Worked for the U.S. overseas in a Federal or military capacity; 3. Been a dependent of a Federal or military employee serving overseas. If the individual is not a U.S. citizen, they must be from a country allied with the U.S. The following website provided current information regarding allied countries: http://www.opm.gov/employ/html/citizens.htm. By signing this agreement/commitment document, or by commencing performance, the contractor agrees to this restriction. 52.242-1502 Evaluation of Contractor Performance Utilizing CPARS (APR 2011) The services, although not directly supervised, shall be reviewed by Federal Bureau of Prisons (BOP) staff to ensure contract compliance. The contractor's performance will be evaluated in accordance with FAR 42.15. Contract monitoring reports will be prepared by the Contacting Officer's Representative (COR) and maintained in the contract file. In accordance with FAR 42.1502 and 42.1503, agencies shall prepare an evaluation of contractor performance and submit it to the Past Performance Information Retrieval System (PPIRS). The BOP utilizes the Department of Defense (DOD) web-based Contractor Performance Assessment Reporting System (CPARS) to provide contractor performance evaluations. The contractor shall provide and maintain a current e-mail address throughout the life of the contract. The contractor will receive an e-mail from the Focal Point thru the following website address webptsmh@navy.milwhen the contract is registered in CPARS. The e-mail will contain a "user ID" and temporary password to register in the CPARS system. The contractor must be registered to access and review its evaluation and/or provide a response. If assistance is required when registering, please contact the Contracting Staff/Focal Point.(End of Clause) 52.218-000 Continuing Contract Performance During a Pandemic Influenza or Other National Emergency (MAY 2008) During a Pandemic or other emergency we understand that our contractor workforce will experience the same high levels of absenteeism as our federal employees. Although the Excusable Delays and Termination for Default clauses used in Government contracts list epidemics and quarantine restrictions among the reasons to excuse delays in contract performance, we expect our contractors to make a reasonable effort to keep performance at an acceptable level during emergency periods.The Office of Personnel Management (OPM) has provided guidance to federal managers and employees on the kinds of actions to be taken to ensure the continuity of operations during emergency periods. This guidance is also applicable to our contract workforce. Contractors are expected to have reasonable policies in place for continuing work performance, particularly those performing mission critical services, during a pandemic influenza or other emergency situation. The types of actions a federal contractor should reasonably take to help ensure performance are: • Encourage employees to get inoculations or follow other preventive measures as advised by the public health service. • Cross-train workers as backup for all positions performing critical services. This is particularly important for work such as guard services where telework is not an option. • Implement telework to the greatest extent possible in the workgroup so systems are in place to support successful remote work in an emergency. • Communicate expectations to all employees regarding their roles and responsibilities in relation to remote work in the event of a pandemic health crisis or other emergency. • Establish communication processes to notify employees of activation of this plan. • Integrate pandemic health crisis response expectations into telework agreements. • With the employee, assess requirements for working at home (supplies and equipment needed for an extended telework period). Security concerns should be considered in making equipment choices; agencies or contractors may wish to avoid use of employees' personal computers and provide them with PCs or laptops as appropriate. • Determine how all employees who may telework will communicate with one another and with management to accomplish work. • Practice telework regularly to ensure effectiveness. • Make it clear that in emergency situations, employees must perform all duties assigned by management, even if they are outside usual or customary duties. • Identify how time and attendance will be maintained. It is the contractor's responsibility to advise the Government Contracting Officer if they anticipate not being able to perform and to work with the Department to fill gaps as necessary. This means direct communication with the Contracting Officer or in his/her absence, another responsible person in the contracting office via telephone or email messages acknowledging the contractor's notification. The incumbent contractor is responsible for assisting the Department in estimating the adverse impacts of nonperformance and to work diligently with the Department to develop a strategy for maintaining the continuity of operations. The Department does reserve the right in such emergency situations to use Federal employees, employees of other agencies, contract support from other existing contractors, or to enter into new contracts for critical support services. Any new contracting efforts would be acquired following the guidance in the Office of federal Procurement Policy issuance "Emergency Acquisitions", May, 2007 and Subpart 18.2. Emergency Acquisition Flexibilities, of the Federal Acquisition Regulations. [End of Clause] 52.252-6 Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Justice Acquisition Regulation (48 CFR Chapter 28) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 52.232-99 Providing Accelerated Payment to Small Business Sub-contractors (DEVIATION) (AUG 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (End of Clause) 2852.201-70 Contracting Officer's Technical Representative (COTR) (Jan 1985) (a) Ms. Janet Bunts, at FCC Butner, Old Highway #75, Butner, NC 27509, Telephone No. 919-575-3900, is hereby designated to act as Contracting Officer's Technical Representative (COTR) under this contract. (b) The COTR is responsible, as applicable, 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. (c) The COTR does not have the authority to alter the contractor's obligation under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If as a result of technical discussions it is desirable to alter/change contractual obligations or the Scope of Work, the Contracting Officer shall issue such changes. (End of Clause) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2013)- (b) 1, 6, 12, 14, 26, 28-34, 38, 42, 47. OTHER CONTRACT TERMS AND CONDITIONS: Type of Contract: A resultant contract will be an indefinite delivery/requirements type contract with firm-fixed unit pricing. It is anticipated that a contract award resulting from this solicitation will be made on or about April 1, 2013. Performance Period: The periods of performance of the resulting contract shall be Base Year - Date of Award (DOA) thru 12 months from DOA; Option Year 1 - 13 months through 24 months from DOA, Option Year 2 - 25 months through 36 months from DOA, Option Year 3 - 37 months thru 48 months from DOA, Option Year 4 - 49 months through 60 months from DOA. The contractor shall commence performance of services by submitting information to initiate security clearance procedures within 10 calendar days from date of award of the contract. In accordance with FAR 46.503 and 46.403(a) (6), the place of acceptance for services under this contract is FCC Butner, located in Butner, North Carolina. Ordering Official: Ordering Official: Task orders may be issued only by the Contracting Officer, Administrative Contracting Officer, or an ordering official for the FCC with an appropriate certificate of appointment or a delegation of authority for purchase card acquisitions. Task orders issued under the resulting contract will take the form of a BOP purchase request, purchase order, or purchase card acquisition form. Task orders may be mailed, faxed, or emailed to the Contractor. Security and Investigative Requirements: The employees of the contractor entering the institution may be required to meet certain security requirements prior to entering the institution. Primary concerns are the amount of contact that may occur between the contractor and his/her employees with the inmate population during the performance of the contract. Contractor employees are allowed access to the institution at the sole discretion of the Warden of the institution. The program manager at FCC Butner is responsible for conducting the appropriate law enforcement checks on all contractor staff that may need access inside the prison facility. The following investigative procedure will be performed: 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; 6). Resume/Personal Qualifications; 7). OPM 329 A (Authority for Release of Information); 8). National Agency Check and Inquiries (NACI) check (if applicable); and 9). Urinalysis Test (for the detection of marijuana and other drug usage) By submitting an offer for service, the contractor and its employees agree to complete the required documents and undergo the listed procedure. An individual who does not pass the security clearance will be unable to enter the BOP facility. Any individual employed by the contractor who is 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. Finally, the contractor shall be in compliance with 8 CFR 274a regarding employment of aliens. In addition, each contractor employee must attend an orientation program at the institution. The purpose of this program is to familiarize contractor employees with institution operations, the institution, and general rules of conduct and procedures inside the institution. Contractor employees shall adhere to all institution regulations regarding conduct and performance. Contractor employees will be allowed access to the institution at the sole discretion of the Chief Executive Officer (CEO). Any individual performing under this contract may be removed if it becomes apparent that his/her conduct does not reflect the conduct of that prescribed for those people performing under non-personal service contracts. Privacy Act Notification: A resultant contract will require contracted staff to operate a system of records and maintain documentation that will require adherence to the Privacy Act of 1974. The system of records will be maintained in accordance with community standards. The contractor and/or staff are not authorized to disclose this or any information pertaining to an inmate to any non-BOP source. Any requests for such information shall be forwarded to the Contracting Officer for proper disposition. Disclosure of this information may be made by the BOP to: fiscal intermediaries; the Office of Workers' Compensation Programs, Department of Labor; the Department of Justice for their representation of the United States; and for Congressional inquiry; quality assessment; medical audit or utilization review; billing third parties for the payment of care; analytical and evaluation studies; to federal or state agencies as required by law; and research purposes supported by the BOP. Disclosure of the appropriate medical record information without prior consent of the subject patient may be made by you to: another provider of health care treating the same patient; a federal or state agency as required by law such as the reporting of communicable diseases, births, deaths, or the commission of crimes (e.g., gunshot wounds, rape, child abuse or neglect, alcohol or drug abuse, etc.); designated fiscal intermediaries; and billing third parties for the payment of care not reimbursed by the BOP. The contractor must forward all other requests for information to the Contracting Officer or Contracting Officer's Representative (COR). Non-personal services: A resultant contract will be a non-personal services contract, as defined in FAR 37.101, under which the contractor is an independent contractor. 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 resulting contract shall be a nonpersonal health care services contract, as defined in Federal Acquisition Regulations (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, it's employees and agents occurring during contract performance. The contractor shall maintain medical liability insurance as specified in this solicitation/contract. The contractor shall ensure that its subcontracts for provision of health care services contain the requirements of the clause at FAR 52.237-7, including the maintenance of medical liability insurance. Before commencing work under this contract, the contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required coverage shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective (1) for such period as the laws of the state in which this contract is to be performed, or (2) until 30 days after insurer or the contractor gives written notice to the Contracting Officer, whichever period is longer. Reviews. The Contracting Officer or designee is authorized to review by on-site survey, review of records, or by any other reasonable manner, the quality of services rendered under this contract. All records shall be subject to review by the Contracting Officer or other representative of the Bureau of Prisons. Payments will be denied when such service does not support the charges or if the service is deemed not necessary or appropriate. Such determinations may be made by the Contracting Officer or COR, whichever is appropriate. All records shall be subject to review by the Contracting Officer or other delegated representatives of the BOP. Pricing Methodology: Price proposals will be calculated from benchmarks utilizing Medicare reimbursement methodologies. For the category of service to be provided, offerors will be allowed to propose a variance from the benchmark Medicare rate in the form of a discount from or a premium to Medicare rates established by the Centers for Medicare and Medicaid Services. The rates established in the resulting contract shall not be construed as participation in the Medicare program; contract rates will merely be equated to Medicare rates of reimbursement without reductions for deductibles, copayments, or co-insurance. This structuring of the pricing methodology is not intended to be restrictive of any offeror; offerors need only to propose that percentage discount from or premium to the Medicare benchmark rate which will reflect the desired level of payment for the category of services rendered. If during contract performance, it is determined that a necessary contract deliverable is not covered by Medicare reimbursement methodologies, a separate rate shall be negotiated for such deliverable(s). Medicare Part B - The Medicare benchmark to be utilized for all services covered by Medicare Part B shall be those rates established in the most current Medicare Durable Medical Equipment, Prosthetics, Orthotics, and Supplies (DMEPOS) Fee Schedule for the State of North Carolina. Offerors may propose a discount from or a premium to the benchmark charges. The estimated quantity of service required is not a representation to an offeror or contractor that the estimated quantities will be required or ordered, or that conditions affecting requirements will remain stable or normal. Quality of Patient Care/Non-Discrimination. The hospital and professional service providers will provide BOP patients under the terms of this contract the same or equal services to those provided to non-BOP patients. Professional service providers shall be provided within accepted professional standards. If the contractor or contract employee who is providing services under this contract has pending litigation or administrative proceedings that may affect his/her license to practice medicine or standing as a fellow member in a professional organization, full disclosure shall be provided to the COR and CO within five calendar days upon official notification. If it is determined by the medical legal review that the standard of care has not been met or there is substantial evidence of negligence on the part of the Contractor or contract employee, regardless of the final judicial decision, the provider may lose his/her ability to perform services at the FCC. Contractor Training and Courtesy Privileges. Contractor training and courtesy privileges may be extended to BOP medical staff and will be limited to care and treatment of Federal inmates to ensure continuity of care. Non-Discrimination: The contractor agrees to make no distinction among patients under this contract on the basis of race, color, creed, national origin, or physical condition. For this contract, distinctions on the grounds of race, color, creed, national origin, or physical condition include but are not limited to the following: denying any service or benefit or availability of a facility; providing any service or benefit to a patient which is different; or if provided in a different manner or at a different time from that provided to other patients under this contract; subjecting a patient to segregation or separate treatment in any manner related to his receipt of any service; restricting a patient in any way in the enjoyment of an advantage or privilege enjoyed by others in determining whether he satisfies any admission, enrollment quota, eligibility, membership or other requirement or condition which an individual must meet in order to be provided any service or benefit; the assignment of time or places for the provision of services on the basis of race, color, creed, or national origin of the patients served. Third Party Liability. Public Law 87-693 (42 U.S.C. 2651) provides that the United States shall be entitled to recover the reasonable value of hospital and medical care and treatment furnished or to be furnished to a person who suffers any injury or disease under circumstances indicating the Third Party's Liability involves the potential legal liability of another person for the injurer disease in question. This other person is commonly referred to as the "third party" since his/her negligent act or failure to act caused an injury or disease to the "first party" requiring medical treatment by or at the expense of the United States, the "second party". SOLICITATION PROVISIONS: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more 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 FAR clause may be accessed electronically at this address: www.acquisition.gov/far 52.237-1 Site Visit (APR 1984) 52.212-1 Instructions to Offerors - Commercial Items (FEB 2012) The additional provisions listed below are incorporated into this solicitation via addendum to this provision. 52.209-7 Information Regarding Responsibility Matters (Feb 2012) 52.216-1 Type of Contract (APR 1984) Indefinite Delivery/Requirements type contract with Firm-Fixed Pricing. 52.233-2 Service of Protest (SEPT2006) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5005, Washington, D.C. 20534 JAR 2852-233-70 Protests Filed Directly with the Department of Justice (JAN 1998) 52.27-103-71 Faith-Based and Community-Based Organization (AUG 2005)Faith-based and Community-based organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. 52.212-2 Evaluation-Commercial Items. (Jan 1999) (a) The Government will award a contract resulting from this solicitation based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors of technical merit and past performance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-3 Offeror Representations and Certifications - Commercial Items (DEC 2012) System for Award Management (SAM) Registration: Offerors are advised that the Contracting Officer will verify registration in the System for Award Management (SAM) database (www.sam.gov) and prior to award of any contract. Failure to complete the registration may result in elimination from consideration for award. FOIA: Offerors are further advised to mark each individual item within their offer 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. RFP ATTACHMENTS: 001 - Statement of Work (6 Pages) 002 - Business Management Questionnaire (2 Pages) 003 - Past Performance Questionnaire (5 pages) SUBMISSION OF OFFERS: Written offers will be accepted by mail or hand-carried delivery. If mailed or hand-carried, offers shall be submitted to the following address: Raymond Kelemencky, Contract Specialist Federal Bureau of Prisons Field Acquisition Office U.S. Armed Forces Reserve Complex 346 Marine Forces Drive Grand Prairie, TX 75051 Mailed and hand-carried offers must be delivered to the CO at the address shown above no later than the time specified as the deadline for receipt of offers. Please provide twenty-four hour notice of hand carried quotes. The official point of receipt for hand-carried offers will be at the first floor reception area of the address listed above. Offers must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051 no later than 2:00 pm CT, March 6, 2013. Written offers will be accepted by mail or hand-carried delivery. Faxed and emailed offers will not be accepted. REQUIRED SUBMITTALS: On letterhead or business stationary, the following required information must be submitted. Failure to provide required information may result in your offer not being considered. (1) Contractors DUNS Number (2) Schedule of Items: Orthotics/Prosthetics (New Fittings/Repairs/Adjust.) Visit Duration - 4 hours (approximate) Visit Quantity - 96 per contract year Pricing must be offered for each contract period: Base Year, Option 1, Option 2, Option 3, and Option 4 (Schedule of Items is included within Attachment 001 Statement of Work). Orthotics -______ Discount or +______Premium to Medicare Part B, DMEPOS Fee Schedule for the State of North Carolina Prosthetics -_____ Discount or +______Premium to Medicare Part B, DMEPOS Fee Schedule for the State of North Carolina (3) Completed 52.212-3 Offeror Representations and Certifications (if different than SAM), These provisions are not attached, if these provisions are different from SAM, offerors will be responsible for obtaining a copy of the provisions from https://www.acquisition.gov/comp/far/index.html. Please ensure that a business size is listed for this requirement's applicable NAICS code - 621399. (4) Documentary evidence of compliance with qualifications. (5) A brief description of how the contractor meets the requirements and plans to fulfill the contract, along with providing supporting documentation such as certifications, diplomas, license and proof of insurance (See Statement of Work) (6) A completed Business Management Questionnaire (Attachment 002 Business Management Questionnaire). Evaluation Criteria The Government intends to make single award to an offeror, pursuant to an affirmative determination of responsibility whose proposal, conforming to the solicitation, is determined to be in the best interest of the Government, considering lowest price technically acceptable proposal, along with acceptable past performance. The proposals will be evaluated in accordance with the criteria set forth in this solicitation. Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. Evaluation criteria to be applied to proposals received in response to this solicitation are detailed below. Technical Criteria The offeror's technical submission will be an important consideration in the award of the resulting contract. The offeror's technical submission should be prepared simply and economically, providing straight forward, concise delineation of capabilities to perform satisfactorily the contract being sought. An acceptable proposal is one which meets the requirements of the solicitation as indicated in the Statement of Work and the submission of required material as outlined in the section: Required Submittals. Proposals will be deemed as either acceptable or not acceptable based on the following criteria: The following factors are of equal importance. 1.Submission of all required submittals as outlined on page 11. 2.Proof/evidence of Cardio Pulmonary Resuscitation (CPR) certification for the individual performing under this requirement. 3.Proof/certification that the contract individual is certified as an Orthotic/Prosthetics professional from an accredited school and have at least five (5) years of experience in this field. 4.If applicable, proof of license that the contract individual will also hold a current professional license that permits him/her to practice the professional specialty of orthotics/prosthetics in the State of North Carolina. 5.Certify the contract individual has not have/had a negative employment termination within 36 months prior to initiating vouchering process on them. Past Performance Criteria Subfactors 1 through 4 are listed below and are of equal importance. 1. Quality of product or service. 2. Timeliness of performance. 3. Business relations. 4. Customer satisfaction. An offeror's past performance submission shall include a list of all active contracts, subcontracts, or other agreements (e.g., blanket purchase agreements) which encompass the provision of prosthetics/orthotics services. Contracts and/or agreements listed should have a minimum performance history of 12 months. Offerors should also include a list of all similar contracts, subcontracts, or other agreements which have been terminated, or not extended within the past 24 months. If an offeror cannot demonstrate past performance history relating to this solicitation (i.e., performance of at least one contract, subcontract, or other agreement providing prosthetics/orthotics services with a minimum performance history of 12 months), the offeror will not be evaluated favorably or unfavorably on this factor. Offerors that are newly formed entities without prior contracts, subcontracts, or agreements should list contracts, subcontracts, and agreements as required above for all key personnel. Offerors should include the following information for each contract, subcontract, and agreement listed: 1. Name of contracting activity; 2. Contract or agreement number; 3. Effective date of award; 4. Estimated value of contract, subcontract, or agreement; 5. Contracting Officer's name, telephone number, and email address; 6. Program Manager's name, telephone number, and email address; 7. Administrative Contracting Officer's name, telephone number, and email address; The offeror may provide information on problems encountered on the contracts and subcontracts identified above and corrective action taken to resolve those problems. Offerors should not provide general information on their performance on the identified contracts. General performance information will be obtained from the references. The following attachment is incorporated into this solicitation. Attachment 003 - Past Performance Questionnaire. This questionnaire will be used by the Government to collect information on past performance and is included for informational purposes only. Price Pricing categories are listed below and are of equal importance. 1 Orthotics 2 Prosthetics An objective price evaluation and analysis will be performed on each offeror's price proposal. Offerors are requested to submit a separate price proposal for the base period and each individual option period, as specified in this solicitation. The evaluated price will be inclusive of the base year and all option years. Price proposals will be evaluated to determine which proposal offers the lowest price to the Government. For Medicare based items, the offeror providing the highest discount from the benchmark Medicare rate will be considered to be offering the lowest price in each category. The offeror proposing the highest premium to the benchmark Medicare rate will be considered to be offering the highest price in each category. Offerors must adhere strictly to the pricing methodology required by the solicitation. Offerors who vary their pricing methodology create a situation whereby the Government cannot conduct a comparative evaluation of offers in pricing aspects. Therefore, any offeror who proposes a pricing methodology in any pricing category which varies from that prescribed (e.g., proposing multiple rates within any category or proposing a differing methodology) will receive no pricing score for each such category.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/70032/RFPP01061300002/listing.html)
- Place of Performance
- Address: FCC Butner, Old Highway #75, Butner, North Carolina, 27509, United States
- Zip Code: 27509
- Zip Code: 27509
- Record
- SN02979156-W 20130206/130204234336-a6b0973685f7162da9a5f9753247622c (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 |