Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 10,1996 PSA#1738

CENTRAL 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