Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2002 FBO #0217
SOLICITATION NOTICE

Q -- medical services

Notice Date
7/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street Regional Office, Golden, CO, 80401
 
ZIP Code
80401
 
Solicitation Number
RFQRMAST02169
 
Response Due
7/31/2002
 
Archive Date
8/15/2002
 
Point of Contact
Robert Ribail, Contract Specialist, Phone 303-275-5223, Fax 303-275-5453, - Sharon Krenek, Procurement Technician, Phone 303-275-5260, Fax 303-275-5453,
 
E-Mail Address
rribail@fs.fed.us, smkrenek@fs.fed.us
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation number is RFQ-RMAST-02-169. The solicitation is issued as a Request for Quote (RFQ) for Physician Services at the Golconda Job Corps Center in Golconda, Illinois. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08. The associated NAICS code is 62412. The small business size standard is $5 million. The solicitation is for one base period and four, one year options. This requirement is being procured through a performance based statement of work. Contractor will submit their program which will address the evaluation criteria contained in this synopsis. See attachments for information about performance based contracting, pricing schedule, SF 1449, and prevailing wage rates. The full text of the below clauses or provisions may be accessed electronically at www.arnet.gov/far/ and www.usda.gov/procurement/policy/agar.html The provision at 52.212-1, Instructions to Offerors ? Commercial Items, applies to this acquisition. Offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The additional FAR clauses cited in this clause are applicable to the acquisition: paragraph (b) __X___ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). __X___ (12) 52.222-26, Equal Opportunity (E.O. 11246). __X___ (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. (38 U.S.C. 4212). __X___ (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). __X___ (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). _X____ (25) 52.232-34, Payment by Electronic Funds Transfer-- Other than Central Contractor Registration (31 U.S.C. 3332). The additional FAR clauses cited in this clause are applicable to the acquisition: paragraph (c) __X____ (1) 52.222-41, Service Contract Act of 1965, As amended (41 U.S.C. 351, et seq.). __X____ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). see attachment 1. __X____ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __X____ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et seq.). The below additional contract requirement(s) or terms and conditions apply: FAR 52.217-8 Option to Extend Services (NOV 1999) Fill in information - within 60 days of the end of the performance period. FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) Fill in information ? (a) within 10 days, (c) not exceed 5 years. FAR 52.228-5 Insurance-Work on a Government Installation (JAN 1997) FAR 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997) paragraph a) underline if filled to reflect $500,000. FAR 52.239-1 Privacy or Security Safeguards (Aug 1996) FAR 52.245-5 Government Furnished Property (Short Form) (Apr 1984) AGAR 452.224-70 Confidentiality of Information (Feb 1998) AGAR 452.237-75 Restrictions Against Disclosure (Feb 1988) AGAR 452.228-71 Insurance Coverage, Alternate I (NOV 1996) Insurance Requirements Pursuant to FAR clause 52.228-5, Insurance-Work on a Government Installation, the Contractor will be required to present evidence to show, as a minimum, the amounts of insurance coverage indicated below: (a) Workers Compensation and Employer's Liability. The Contractor is required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit worker's compensation to be written by private carriers. (b) General Liability. (1) The Contractor shall have bodily injury liability coverage written on a comprehensive form of policy of at least $500,000 per occurrence. (2) The Contractor shall have property damage liability insurance shall be required in the amount of $500,000 per occurrence. (c) Automobile Liability. The Contractor shall have automobile liability insurance written on a comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage or loss. Evaluation Factors. Contractor will submit a written technical proposal that will address the following factors: A) Experience with socially disadvantaged youths between the ages of 17 and 25 years old, B) Knowledge of Job Corps Federal Regulations (Title 20, CFR, Part 638.510) as it relates to health services and the Job Corps Policy Requirements Handbook, Chapter 6, C) Provide three contracts that are similar to this requirement. Please provide a telephone number and a point of contract on your three contracts. The aforementioned evaluation factors are all equal in importance. Price and Technical factors are equal in weight. Government minimum requirements: A.) Medical services will be provided no less than 5 hours a week and will not exceed 9 hours per week. B.) Contractor will bill on a monthly basis. C.) Physician will have a license to practice in the state of Illinois. Special Requirements: A.) Contractor will submit a proposed Work Schedule. B.) If off center services are needed on an emergency basis, the contractor agrees to charge the government rates no greater than the Medicare/Medicare rates. Award of Contract The government will award the contract resulting from this solicitation to that offeror 1) whose proposal is technically acceptable and 2) whose technical/price relationship is the most advantageous to the Government. Award may not be necessarily made for technical capabilities that appear to exceed those needed for the successful performance of the work. The Government reserves the right to make price/technical tradeoffs that are in the best interest and to the advantage of the Government. This solicitation/contract may be subject to Department of Labor Wage Determination Number 1994-2310, Revision 23 dated 06/06/2002. _______________________________________|______________________________________ Proposals are due by 4:00 pm July 31, 2002 to F. Robert Ribail, P.O. Box 25127, Lakewood, CO 80225-0127. Physical mailing address for overnight mail is USDA Forest Service,740 Simms Street, 3rd Fl, Golden, CO 80401-4720, Attn F. Robert Ribail, AQM. Fax number is 303-275-5453. E-mail is rribail@fs.fed.us may be submitted via mail, fax or e-mail. Contractor is responsible for confirming receipt of proposals. Contact F. Robert Ribail, Contract Specialist, at 303-275-5223 for information regarding the solicitation.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/FS/82X9/RFQRMAST02169/listing.html)
 
Place of Performance
Address: Golconda Civilian Conservation Center Route 1, Box 104A Golconda, Illinois
Zip Code: 62938-9603
Country: USA
 
Record
SN00111635-F 20020707/020706082103 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.