|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 22,1996 PSA#1664Federal Bureau of Prisons, North Central Regional Contracting Office,
1300 Metropolitan Drive, Leavenworth, Kansas 66048-1254 Q -- MEDICAL LABORATORY SERVICES Sol R.F.Q. 407-005 Due 091196 Contact
Rick Itson, Contract Specialist, 913-682 8700, extension 612 (1) 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
R.F.Q. 407-0005. (III) The solicitation document and incorporated
provisions are those in effect through Federal Acquisition Circular
FAC-39. (IV) This solicitation is 100% set-aside for small business
with a Standard Industrial Classification Code (SIC) of 8071 and a size
standard of 3.5 million. (V) (Line Item One): Offer to provide General
Laboratory Services to the Federal Correctional Institution and
Federal Prison Camp Located at Pekin, Illinois. Services to include but
are not limited to providing supplies, pick-up of specimens and various
lab tests including CBC's General Chemistries, Thyroid and Hepatitis
Panels, U/A's, Microbial Cultures and sensitivities, therapeutic drug
level monitoring and other special laboratory tests that our clinical
director finds necessary. Please specify price per pickup. The
estimated date of award is 10/1/96. The Period of performance is as
follows: The base year of the contract shall be from 10/01/96 -
09/30/97. Option period one 10/01/97 - 09/30/98, Option period two
10/01/98 - 09/30/99, Option period three 10/01/99 - 09/30/2000, Option
period four 10/01/00 - 09/30/01. Pursuant to FAR 17.203(d), bidders
may offer varying prices for option periods. To continue services in
accordance with FAR clause 52.217-8, ``Option to Extend Services,'' the
Contracting Officer must provide written notice to the Contractor
within 14 calendar days. (VI). The offeror must be licensed as a CLIA
Laboratory. Must be capable of performing any level 3 tests. Must have
CLIA licensure in any state in the United States. Must provide
verification of credential and proof of liability insurance. Offeror's
will be required to maintain a system of records for documentation of
specific services performed and will require adherence to the Privacy
Act of 1974. Offeror's in their proposal must provide verification of
credentials and proof of malpractice insurance from a responsible
carrier to be considered for an award. The resulting contract to
provide the above services will be considered a contractual agreement
and not a personal appointment to a federal prison. The contractor will
be monitored to ensure that 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). Mr. Ferdinand S. Simalio, Health Services
Administrator, FCI Pekin, IL, 309-346-8588, 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.
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 placed at the offeror's facility. (VIII)
FAR provisions 52.212-1 Instructions to Offerors-Commercial is hereby
included by reference. The following are addenda to FAR provisions
52.212-1: At the paragraph (c) Period of 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 to
be not 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 paragraph (a); the government will evaluate proposals by A;
Cost to the government. (X) FAR provision 52.212-3 Offeror
Representations and Certifications-Commercial Items, will be completed
and submitted with 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's
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
(E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action
for Handicapped Workers (29 U.S.C. 703) 52.222-37, Employment Reports
on Special Disabled Veterans and Veterans of the Vietnam Era (38.
U.S.C. 4212). (XIII) The contractor agrees to adhere to all regulations
prescribed by the institution for safety, security, custody and conduct
of inmates. The contractor shall maintain during the term of any
resulting contract, liability insurance issued by a responsible
insurance carrier of not less than $1,000,000.00 Per speciality, per
occurrence. (XIV) N/A. (XV) N/A. (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 Rick Itson, Regional Contracting Officer, by 2:00
p.m. local time, 09/11/96. All offers shall be clearly marked with the
offeror's name and RFQ number. (XVII) For additional information,
questions, and availability of forms, please contact Rick Itson,
Regional Contracting Officer, at 913-682-8700, extension 612. (232) Loren Data Corp. http://www.ld.com (SYN# 0071 19960821\Q-0002.SOL)
Q - Medical Services Index Page
|
|