Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 13,1996 PSA#1720

North Central Regional Contracting, 1300 Metropolitan Ave, Leavenworth, KS 66048

Q -- RADIOLOGY INTERPRETATION SOL RFQ132-0027 DUE 112996 POC M. Upchurch, Contract Specialist, 913-682-8700, extension 611. (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, quotes are being requested and written solicitations will not be issued. (II) This solicitation is issued as Request-For-Quote RFQ 132-0027. (III) The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular FAC42. (IV) This solicitation is 100% set- aside for small business. It is advertised as full and open competition with a Standard Industrial Classification Code (SIC) of 8099, with a size standard of 5.0 million. (V) (Line Item One): The contractor shall provide Diagnostic Radiology services to the inmate population at U S Penitentiary and Federal Prison Camp at Leavenworth, KS. Offeror shall interpret all types of radiographs taken by the X-ray Tech. An estimate of 400 readings per month has been established and the quote should be in terms of cost for each reading including all requested services. Offeror is responsible for insuring that films to be read are picked up for 2nd day delivery and pays all costs associated with shipping overnight for readings, is also responsible for insuring results of readings are mailed back to the institution within 48 hours and also transmit emergency readings back to the institution via facsimile machine with a hard copy follow-up mailed thereafter. Offeror shall maintain necessary records and takes initiative to recommend additional films to obtain clearer diagnosis while calling significant findings to attention of medical staff. Equipment for taking x-rays will be supplied by the Government. Mailers and mailing costs for readings will be at the Offerors expense. This contract will be for date of award to 9/30/97. (VI) Offeror must be Board Certified in Radiology and possess current licensure as a Radiologist. Required documentation for appointment consist of (a) primary source verification of credential by a JCAHO standard, (b)a copy of applicants current state licensure, (c) a copy of applicants current private malpractice insurance. Offeror 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. (VII) All contract effort will take place at the Offeror's place of business. All equipment for taking x-rays will be supplied by the Government. Mailers and mailing costs for readings will be at the offeror's expense. In accordance with the Prompt Payment Act, contract payments will be made monthly, based on sessions received by the Government. The contractor's performance will be monitored by the Contracting Officers Technical Representative(COTR) in accordance with Justice Acquisition Regulation (JAR) clause 2852.270-70, ''Contracting Officers Technical Representative''. Debra Charlton-Shepherd, Health Services Administrator, USP Leavenworth, KS (913) 682-8700, Ext. 250, 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. 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 in writing with a signed modification. (VIII) FAR clause 52.212-1 Instructions to Offerors-Commercial is hereby included by reference. The following are addenda to FAR clause 52.212-1: At paragraph (c), Period for Acceptance of Offers, the amount of time an offeror must hold its prices firm is hereby changed. An offeror must hold the prices in its proposal, firm for 60 calendar days from the date specified for receipt of proposals. Paragraph (e) multiple offers has been determined by the Contracting Officer to be non-acceptable to this solicitation and is hereby removed in its entirety for the purpose of this requirement. Offerors are advised that proposals shall be evaluated without discussions. Award will be made to the responsible offeror whose proposal is responsive to the terms of the RFQ and is most advantageous to the government. Business references: In accordance with FAR subpart 9.104-1, each offeror is required to provide information on a reasonable number of recent and relevant contracts for the same or similar items, as well as the offeror's primary financial institution, to include contract numbers, points-of-contact, telephone numbers, and any other relevant information, which will be used by the Contracting Officer to make a responsibility determination about a prospective offeror. FAR provision 52.212-3 Offeror Representations and Certifications- Commercial Items, shall be completed and submitted with the proposal. 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 (1) The following FAR clauses are hereby incorporated by reference: 52.232-18 Availability of Funds, 52.203-3 Gratuities, 52.224-1 Privacy Act Notification, 52.224-2 Privacy Act, 52.225-11 Restrictions on Certain Foreign Purchases, 52.228-5 Insurance -Work on a Government Installation, 52.237-2 Protection of Government Buildings, Equipment and Vegetation, 52.237-5 Indemnification and Medial Liability Insurance, Justice Acquisition Regulation (JAR) clause 2852.270-70, Contracting Officer's Technical Representative. FAR clauses are hereby incorporated in full text: FAR 52.216-1 Type of Contract: The Government contemplates award of a Firm-Fixed Price contract resulting from this solicitation. (IX) Offerors must include a completed copy of the FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items, with their proposals. (X) FAR clause 52.212-4 applies to this solicitation. (XI) 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: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I, 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity, 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns, 52.222-5 Affirmative Action for Special Disabled and Vietnam Era Veterans, 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, 52.222-37 Employment Reports on Special Disabled Veterans and Veteran of the Vietnam Era, and 52.225-19 European Community Sanctions for Services.(XII) 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 Mary Upchurch, Contracting Officer, by 2:00 p.m. local time, 11/29/96. All offers shall be clearly marked with the offeror's name and RFQ number. (XIII) For additional information, questions and availability of forms, etc., please contact Mary Upchurch, Contracting Officer at 913-682-8700, extension 611, or the mailing address shown for submission of proposals. (0313)

Loren Data Corp. http://www.ld.com (SYN# 0055 19961112\Q-0004.SOL)


Q - Medical Services Index Page