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