Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2,1996 PSA#1650

Federal Bureau of Prisons, North Central Regional Contracting Office, 1300 Metropolitan Drive, Leavenworth, Kansas 66048-1254

Q -- DENTAL HYGIENIST SOL RFQ 127-001-7. Due 082796. POC Larry Burgess, Contract Specialist, 913-682-8700, extension 616. (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-Quotation (RFQ) 127-001-7. (III) The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular FAC-38. (IV) This solicitation is 100% Set-aside for small business. The Standard Classification Code (SIC) is 8099, with a size standard of 3.5 million dollars. (V) (Line Item ONE); Offeror to provide dental hygiene services including, but not limited to: diagnosis, scaling, polishing, preventive education, and comprehensive health and dental history of federal prisoners. Contractor may be required to perform administrative and clerical support to carry out the mission of the Dental Office at the Federal Medical Center, Rochester, Minnesota. The work schedule will consist of three eight-hour sessions per week, not to exceed thirty hours per week. An half-hour, non-compensated lunch period will be allowed per day. The performance period will begin tentatively October 1, 1996 through September 30, 1997. Contractor is required to have specific knowledge in all phases of dental treatment as well as being able to perform dental prophylactic treatments on a wide variety of medically comprised patients. Contractor will also be required to assist in the formulation of treatments plans for patients with significant periodontal disease. In addition, the contractor will be required to adhere to all JCAHO regulations and to participate in the Quality Improvement Process at Federal Medical Center as directed by the Health Services Administrator and/or Chief Dental Officer. All supplies will be provided by Federal Medical Center, Rochester, Minnesota. (VI) Contractor must be a graduate from an American Dental Association approved school of dental hygiene, be a Registered Dental Hygienist and licensed to practice dental hygiene in any one of the states or territories of the United States of America. Contractor must agree to adhere to the Privacy Act of 1974 and all regulations prescribed by the Federal Medical Center, Rochester, Minnesota. Contractor must attend a four-hour training session prior to assuming institutional involvement. The resulting contract to provide the above services will be considered a contractual agreement and not a personnel appointment to a federal position. The contractor will be monitored to ensure that the end results are obtained. Justice Acquisition Regulation (JAR) Clause 2852.270-70, Contracting Officer's Technical Representative, The contractor's performance will be monitored by the COTR Dr Rodney Wong, Dental Officer, Federal Medical Center 507-287-0674. 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. For security reasons, the government reserves the right to prohibit certain contractor employees from working under this contract. In accordance with the Prompt Payment Act, contract payments will be made monthly, based on sessions received by the Government. (VII) All contract performance will take place at the Federal Medical Center, Rochester, Minnesota during the estimated date of October 1, 1996 through September 30, 1997. (VIII) FAR provision 52.212-1 Instructions to Offerors-Commercial is hereby included by reference. The following are addenda to FAR Provision 52.212-1: At paragraph C Period for Acceptance of Offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. At the paragraph (e) multiple offers has been determined by the Contracting Officer not to be applicable to this solicitation and is hereby removed in its entirety for the purpose of this requirement. At the paragraph (h) multiple awards, is not applicable to this requirement. (IX) FAR provision 52.212-2 is incorporated by reference with the following addenda; in a paragraph (a); the government will evaluate proposals in the following order of importance A; Cost only (X) FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items, will be completed and submitted with the proposal. (XI) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items hereby applies to this solicitation. The following are addenda to FAR clause 52.212-4. The following FAR clauses are incorporated by reference: 52.232-18 Availability of Funds, 52.203-3 Gratuities, 52.224-1 Privacy Act Notification, 52.224-2 Privacy Act and 52-225-11 Restrictions on Certain Foreign Purchases, 52.237-7 Indemnification and Medical Liability Insurance, Justice Acquisition Regulation (JAR) Clause 2852.270-70, Contracting Officer' Technical Representative. (XII) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items hereby applies to this acquisition. In accordance with FAR clause 52.212-5, the following clauses are hereby incorporated by reference in paragraph (b): 52.222-26 Equal Opportunity (EO 11246), 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (38 USC 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 USC 793), Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 USC 4212), 52.222-37 (Jan 1988), 52.237-2 ``Protection of Government Buildings, Equipment and Vegetation (APR 1984), 52.237-7, Site Visit (APR 1984). (XIII) The Contractor agrees to adhere to all regulations prescribed by the institution for safety, security, custody and conduct of federal prisoners. The award of this contract may be made without discussions. The contractor shall maintain during the term of any resulting contract medical liability insurance issued by a responsible insurance carrier of not less that $500,000.00 per specialty, per occurrence. (XIV) Defense Priorities and Allocations System (DPAS) is not applicable for this procurement action. (XV) See numbered note one (XVI) Offers in original and two (2) copies shall be received at United States Penitentiary, Regional Contracting Office, 1300 Metropolitan Avenue, Leavenworth, KS 66048-1254, Attention Larry Burgess, Contracting Officer, by 2:00 pm, local time August 27, 1996. All offers shall be clearly marked with the offeror's name and Request for Quotation Number. (XVII) For additional information, questions and availability of forms, please contact Larry Burgess, Contracting Officer at 913-682-8700, extension 616. (212)

Loren Data Corp. http://www.ld.com (SYN# 0069 19960801\Q-0001.SOL)


Q - Medical Services Index Page