|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 10,1996 PSA#1738CENTRAL CONTRACTING OFC MEDCOM, ATTN MCAA C BLDG 2015, 1105 BEEBE LOOP,
FT SAM HOUSTON TX 78234-6000 Q -- PERSONAL SERVICE OPTOMETRISTS (2) SOL DADA10-97-R-0019 DUE 122696
POC Contract Specialist Cheryl Hill (210) 221-9312 (Site Code DADA10)
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared
in accordance with information in FAR subpart 12.6 as supplemented
with the additional information included in this notice. This
announcement constitutes the only solicitation. PRPOSALS ARE BEING
REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. (ii)
Solicitation number is DADA10-97-R-0019 and is issued as a Request for
Proposal (RFP). (iii) This solicitation documents and incorporates
provisions and clauses in effect throug Federal Acquisition Circular
90-42. (iv) The Standard Industrial Classification (SIC) code is 8042,
with a small business size standard of $5.0 Million. This procurement
is unrestricted and is being advertised as full and open competition.
(v) The contractor(s) shall provide the personal services of two
Licensed Optometrists at Darnall Army Community Hospital, Fort Hood,
Texas and its associated clinics for theperiod 1 Jan 97 thru 30 Sep 97.
CLIN Item 0001- 1500 hours. CLIN 0002- 1500 hours. Duty hours average
40 hours per week consisting of an average of five eight work-hour days
plus a 60 minute break, Sunday through Saturday between the hours of
7:00 a.m. and11:00 p.m. Hours may include Federal Holidays. Optometrist
must be a graduate of an accredited College of Optometry, maintain a
valid, full and unrestricted optometrist license in the state of Texas
and have a minimum of one year post-licensure experience. The
government will provide a schedule of shifts to the contractor not
later than the 13th of each month for the following month. The
government will only py for actual hours worked. This is a personal
services contract. Contractor employees are subject to supervision and
direction of designated government officials, and will work within the
same employer-employee relationship that exists for government
emploees. The designated official supervisor is the Chief, Department
of Ambulatory Care. Contractor employees are not required to carry
malpractice insurance, and the government will not reimburse
orotherwise pay for such insurance should any be purchased. The
government will provide all facilities, equipment, materials, and
supplies necessary to perform the health care services required by this
contract. Qualiication documentation consists of one copy each of
license, college diploma, and experience and shall be submitted with
proposal. Optometrists shall provide specialized ocular diagnostic
procedures that include, but not be restricted to, dilated retinal
exmination, cycloplegic refraction, applanation tonometry, gonioscopy
and visual field analysis by automated perimetry. All documentation and
medical records remain the property of the government. A general
physical examination is required at the contractor's expense prior to
performing services. 10 calendar days prior to performance of services
the contractor shall provide to the COR a physical examinaion
certificate containing the date the physical was completed and signed
by the doctor who performed the physical. Physical shall document
result of tests for HIV, Hepatitis B, serologic immunization to
measles, mumps, rubella, and TB. The contractor shal provide the
appropriate uniforms and name tags. Contract personnel shall comply
with MFT's policies and procedures regarding safety, smoking, and
eating areas. (viii) Clauses/provisions: Far Clause 52.212-1
"Instructors to Offerors-Commercial," is hereby included by reference.
The following are addenda to FAR Clause 52.212-1: Paragraph (c) Period
for acceptance of offers; The offeror agrees to hold prices n their
proposal firm for 60 calendar days from the date specified for receipt
of offers. Award may be made to a single offeror proposing two
optometrists or two separate offerors. Offerors are advised that awards
may be made without discussions. Award wil be made to the responsible
offeror(s) whose proposal is responsive to the terms of the RFP and is
most advantageous to the government. Each offeror is required to
provide past performance information for same/similar services, to
include 2 most recent contract numbers, points of contact/current
telephone numbers, type service provided. (ix) Far provision 52.212-2
Evaluation-Commercial Items applies tothis solicitation and the
following evaluation criteria (arranged in their order of importance)
shall be used to evaluate offers: Qualifications, Cost, Past
Performance. (x) FAR provision 52.212-3 Offeror Representations and
Certifications-Commercial Items shall be completed and submitted with
the proposal. (xi) FAR clause 52.212-4, Contract Terms and
Conditions-Commercial Items, hereby applies to this solicitation. (xii)
FAR clause 52.212-5 Contract Terms and Conditions Required to Implement
Statutes or Executive Orders-Commercial Items applies to this
acquisition with the following addenda: Paragraph (b) the following FAR
clauses are hereby incorporate by reference: 52.203-6, 52.222-26,
52.222-35, 52.222- 36, 52.222-37. Paragraph (c) the following clauses
are incorporated by reference: 52.222-41 and 52.222-42 (Optometrist
equivalent rate $20.22/hour). DFAR clause 252.212-7001, Contract Terms
and Conditins Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items applies to this
acquisition with the following agenda: Paragraph (b) -- the following
DFAR clause are applicable and are incorporated by reference:
252.233-7000. DFARS provision 252.212-7000, Offeror Representations and
Certifications-Commercial Items is incorporated by reference (offerors
must completeand return this provision with their proposal). All
clauses can be obtained in full text at URL:
//www.medcom.amedd.army.mil/medcom/mcaa. (xvi) Proposal must be
received not later than 26 Dec 96, 4:00 p.m. CST and must be mailed to
Central Contracting, MEDOM, ATTN: MCAA-CC, Bldg 2015, 1105 Beebe Loop,
Ste 39, Fort Sam Houston, Tx 78234-6000. Oral or FAX offers are not
acceptable. For information regarding this solicitation contact Cheryl
Hill (210) 221-9312. (0341) Loren Data Corp. http://www.ld.com (SYN# 0054 19961210\Q-0005.SOL)
Q - Medical Services Index Page
|
|