|
COMMERCE BUSINESS DAILY ISSUE OF JULY 17,1996 PSA#1638Federal Bureau of Prisons, United States Penitentiary, Regional
Contracting Office, Leavenworth, KS, 66048-1254 Q -- PROVIDE SURGICAL SERVICES TO FEDERAL, MALE INMATES, PART ONE OF
TWO SEPARATE CBD NOTICES Sol. RFP102-0018. Due 080996. POC: Thomas
Young, Contracting Officer, 913-682-8700, extension 615. (I) This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in the Federal Acquisition Regulation (FAR)
Subpart 12.6, as supplemented with additional information included in
the notice. This announcement constitutes the only solicitation;
proposals are being requested and written solicitations will not be
issued. (II) This solicitation is issued as Request-For-Proposal
RFP102-0018. (III) The solicitation document and incorporated
provisions are those in effect through Federal Acquisition Circular
FAC38. (IV) This solicitation is not set-aside for small business. It
is advertised as full and open competition with a Standard Industrial
Classification Code (SIC) of 8011, with a size standard of 3.5 million.
A Procurement Integrity Certification and other forms referenced herein
are required to be filled-out and submitted with all proposals. (V) The
contractor shall provide out/in patient general surgical services to
adult, male, federal inmates. (VI) This contract shall contain options
for a base year and four one year option periods. Proposals must
separately provide session prices for the base year, option period one,
two, three, and four. The period of performance shall be as follows:
the base year of the contract shall be from the approximate date of
award, 10/1/96-9/30/97; option period one 10/1/97-9/30/98; option
period two 10/1/98-9/30/99; option period three 10/1/99-9/30/2000; and
option period four 10/1/2000-9/30-2001. Pursuant to FAR 17.203 (d),
offerors may propose varying prices for option periods. Surgical
services shall consist of the following: The general surgeon will
provide surgical services to federal inmates and prisoners of the
Denver area US Marshal's Service. The contractor will perform
out-patient surgery either at a contract hospital or through a private
surgical center if the surgical center fees are included in the
proposal. Whenever possible several inmate surgeries will be grouped to
be performed in one morning. Surgeries will be booked early in the
morning schedule to facilitate release of the inmate back to the prison
the same day. Quarterly, the contractor will conduct a clinic utilizing
the health care facility at FCI-Englewood. This session will be for the
purpose of evaluating patients to determine if surgery is necessary;
and whether it can be performed on an out-patient or in-patient basis.
Follow-up of surgery performed by the contractor will be provided
through this clinic whenever possible. Minor biopsies, needle aspirates
etc., will be done in FCI-Englewood's clinic as time and facilities
allow. FCI-Englewood will supply all materials, equipment and minor
support staff for these FCI clinic sessions. The contractor will be
paid on a session basis with a fixed rate for each session provided. A
session will include no more than ten patients to be evaluated. The
Government will consider proposals consisting of per case, per diem,
package rate by procedure or discount fee for service. Full details of
the proposal rate, including schedules of fees or packages must be
submitted with the proposal. The contractor will provide admission and
surgical services for inmates requiring inpatient-surgery at one of
the contract hospitals. The contractor must provide 24 hour coverage
365 days a year at the base session price offered. Per capita, per
diem, discount fee for service and package by diagnosis rates will be
considered in proposals. The following demographic information is
provided to assist in preparing proposals: Approximate inmate
population of 1000 male inmates age 18-70. Past two year's average
number of patient days for surgical inpatient cases is two per
admission. Most frequent diagnosis: Herniorrhaphy, R/O Appendicitis;
appendectomy, Pilonidal cyst/anal fistula repair, Hemorrhoidectomy,
Cholecystectomy, R/O small bowel obstruction, Lymph node biopsy.
Specialized training and skills such as laparoscopic procedures will be
evaluated as subfactors. Documentation of training, credentials and
local hospital privileges to provide this care should be submitted with
the proposal. The contractor must be board certified as a General
Surgeon and licensed to practice in Colorado. The awarded contractor
must maintain privileges at a local hospital to provide inpatient care
to FCI Englewood's inmates. Offerors must provide documentation of
credentials in their proposals. All equipment and supplies will be
furnished by the Government for use on premises. Inmate attendance at
the FCI clinic will be monitored by Govt. Health Service employees. All
scheduling will be completed prior to the arrival of the contractor or
while the contractor is on site. Bureau of Prisons employees will
monitor inmate conduct during clinic visits, and may accompany the
contractor to and from the Health Service Unit. Providing services
under this contract will require frequent and unsupervised contact with
inmates. (VII) All contract effort will take place at the Federal
Correctional Institution (FCI), located at Littleton, CO, which
includes a Federal Detention Center (FDC) and a Federal Prison Camp
(FPC). The contractor shall agree to adhere to all regulations
prescribed by the institution for safety, security, custody and conduct
of inmates. The awarded contractor shall attend an orientation session,
prior to assuming contract effort. Reimbursement to the contractor for
time spent in the institution security orientation shall be at the
contract rate. In accordance with the Prompt Payment Act, contract
payments will be made monthly, based on sessions received by the
Government. For security reasons, the Government reserves the right to
prohibit certain contractors from working under this contract. The
contractor's performance will be monitored by the (COTR). Mark
Ippolito, Hospital Administrator, BOP, Health Services Department,
FCI-Englewood, Littleton, CO, 303-201-0910, is hereby designated to act
as COTR under this contract. The COTR is responsible 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, prior to forwarding the original invoice to the payment
office and a confirmed copy to the Contracting Officer. The COTR does
not have the authority to alter the contractor's obligations under the
contract, direct changes that fall within the purview of the General
Provisions clause, entitled ``Changes'' and/or modify any of the
expressed terms, conditions, specifications, or cost to the Government.
(197) Loren Data Corp. http://www.ld.com (SYN# 0088 19960716\Q-0002.SOL)
Q - Medical Services Index Page
|
|