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