Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2002 FBO #0253
SOLICITATION NOTICE

Q -- Employee Physicals

Notice Date
8/10/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Immigration & Naturalization Service, Dallas Administrative Center, 7701 N. Stemmons Freeway 8th Floor, Dallas, TX, 75247
 
ZIP Code
75247
 
Solicitation Number
ACD-2-Q-0029
 
Response Due
8/16/2002
 
Point of Contact
Thomas Jones, Contract Specialist, Phone 214-905-5392, Fax 214-905-5568, - Anthony Webb, Contract Specialist, Phone 214-905-5392 ext. 3, Fax 214-905-5568,
 
E-Mail Address
thomas.jones@usdoj.gov, anthony.d.webb@usdoj.gov
 
Small Business Set-Aside
Total Small Business
 
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. Quotations are being requested and a written solicitation will not be issued. Solicitation No. ACD-2-Q-0029 is being issued with intent to enter into one or more Indefinite-Delivery, Indefinite-Quantity type contracts (multiple awards possible). The solicitation document and incorporated provisions and clauses are those in effect through FAC 01-08. This is a 100% SET-ASIDE FOR SMALL BUSINESS with a North American Industrial Classification System (NAICS) of 621111. Quoters will be evaluated on all items. The U.S. Border Patrol Sector Headquarters in Del Rio, TX and other Immigration & Naturaluralization offices have a requirement for an estimated 250 Physical Examinations (i.e., physicals) for employees over the age of 40, 200 Males, 50 Females. Each contract awarded for this requirement will have a guaranteed minimum of 25 physicals, in a combination of Male and/or Female. All physicals ordered must be completed by 9/30/02. Quoters are requested to enter a quantity of each type (male and/or female) that they are interested in performing and able to complete with performance beginning no earlier than 8/21/02. Contract Line Item (CLIN) #0001: Male Physical Exams, Qty:________, and CLIN #0002: Female Physical Exams, Qty: ________. The government reserves the right to award contracts in a quantity less than that offered by the quoter, but not less than the guaranteed minimum quantity (i.e., 25 ea.). All physicals must be performed on weekdays, excluding Labor Day, 9/2/02, during the hours of 8:00am to 4:00pm. The government reserves the right to cancel and/or reschedule a physical at no additional cost to the government, provided that the government provides the contractor notice in advance. In such cases, the COTR or designee, will notify the contractor via phone call and confirmed via fax (if contractor has capability) to request cancellation or rescheduling, no later than 4:30pm on the weekday immediately prior to the day of the appointment. For appointments scheduled for Mondays (or Tuesday 9/3/02), notice must be given on the previous Friday or earlier. In case an employee does not appear for an appointment as scheduled or arrives more than 30 minutes late, the contractor may invoice the government for a service charge. This charge (if any), is identified as CLIN #0003: Service Charge (for No-Shows, Late Arrivals). In case an employee arrives more than 30 minutes late, the contractor must either perform the physical at that time or reschedule for another time and/or date (but no later than 9/30/02). Quoters must provide pricing for each CLIN that follows in order to be considered: CLIN #0003: Service Charge (for No-Shows, Late Arrivals); CLIN #1001 - Health and Occupational History FOH Profile 26?panel blood chemistry complete (with CDC, HCT, HGB, and urinalysis); CLIN #1002-Vision Test, Audiometric Testing - Audiogram; CLIN #1003 - Tonometry Test for Glaucoma; CLIN #1004 - Electrocardiogram; CLIN #1005 - Tuberculin Skin Test; CLIN #1006 -Tetanus/Diphtheria booster; CLIN #1007 - Test for Occult Blood in stool; CLIN #1008 - Physician Evaluation of Major Body Systems; CLIN #1009 - Physician review of all tests and referral, if necessary; CLIN #1010 - Chest x-ray; CLIN #1011 - Thyroid profile (includes T-4 RIA); CLIN #1012 - Pulmonary Function Test (PFT); CLIN #1013 - Cardiovascular Fitness Profile with EKG monitored cycle or treadmill exercise test. Additional female specific procedures include: CLIN #2001 - Female Cancer Screen ? Pap Smear; CLIN #2002 - Female Cancer Screen ? Breast Exam; CLIN #2003 - Mammogram. Additional male specific procedures include: CLIN #3001 - Male Cancer Screen - Digital exam of prostate; CLIN #3002 - Male Cancer Screen - Flexible Sigmoidoscope screen for colon cancer; CLIN #3003 - Male Cancer Screen - PSA test for prostate cancer. The prices quoted must include all costs to the government (including lab costs, documentation costs, other charges/costs, etc.), overhead, profit, etc. for the services specified. Each employee will elect the tests/examination procedures to be performed at the time of the physical. The contractor shall invoice the government only for those procedures actually performed at the prices shown in the contract for specified CLINs. The contractor shall provide each employee who undergoes an physical 1) a copy of all forms completed, test results, exam reports, etc., 2) post-exam counseling only (no formal follow?up communication is expected/required), 3) an advisement letter explaining medically significant data with any abnormal findings, and 4) written (typed in English) recommendations for addressing these concerns. Once the contractor has furnished copies of all documents per above instructions, a medical record is no longer required for purposes of this contract. If an "Imminent Danger Condition" is found during performance of this contract, the physician or nurse shall notify the Contracting Officers Technical Representative (COTR) and patient by telephone or facsimile within 24 hours of such finding. In the event that additional tests/procedures are warranted but are not provided for in this contract (i.e., not included as a CLIN above), the employee is to be provided a written recommendation or referral indicating the need. Such additional tests/procedures are not authorized under this contract and must be obtained by the employee at his/her own personal expense at/by the facility/physician of his/her choice. The contractor will schedule physicals with employees by contacting the COTR, allowing at least three (3) weekdays notice of when and where to appear along with instructions about fasting, etc. for the laboratory tests. Laboratory work may be performed off site, but samples must be taken at site where physical are performed. All Physical shall be completed and each employee shall have received written evaluation of his or her physical exam within 30 calendar days. All physicals must be performed at suitable facilities (operated by the contractor) located in Del Rio, Texas or within a 30-mile radius of Del Rio, within the United States of America. The contractor's workforce shall be board certified by their appropriate occupational health or medicine discipline. A copy of certification shall be available in the office of the physician for review by any ordering agency. The contractor and its employees, facilities, any sub-contractors and their employees and facilities, involved in the performance of work under the resulting contract must comply with all laws, regulations, permit and license requirements, pertaining to this work. The contractor's facilties and staff are subject to inspection by the COTR for the purpose of verifying the contractor's compliance with these requirements. Prior to conducting any inspection of the contractor's facility(s), the COTR will provide a minimum of 1 hour advance notification. The guaranteed minimum will be funded on the delivery order, issued concurrently with the contract award document. Delivery orders will be issued to specify the exact quantity of physicals to be performed and approximate dates of performance. The contractor(s) shall submit an invoice that covers all services provided under a specific delivery order issued under this contract, upon completion of all services under that delivery order. The invoice shall list the names of government employees that were examined as ordered, and include an itemized list of those CLINs actually performed, with associated prices for each respective CLIN. The contractor shall invoice the government only for those services actually ordered and performed, along with service charges associated with CLIN 0003 (in case of any late arrivals/no-shows). Award(s) will be made to the quoter(s) offering the lowest price for physicals (based on the total price of CLINs 0003, 1001 - 1013, and 3001 - 3004 for males CLINs 0003, 1001 - 1013 and 2001 - 2003 for females) whose quote is determined to technically acceptable. For the purposes of quote evaluation only, a quantity of 25 will be used for all male physical CLINs and all female physcial CLINs except for CLIN 0003 in which a quantity of 5 will be used. INSURANCE REQUIREMENTS: The contractor shall, at its own expense, provide and maintain during the entire performance of the resulting contract at least the kinds and minimum amounts of insurance required as listed below. Professional Medical Liability: $1,000,000 (See the clause at 52.237-7, Indemnification and Medical Liability Insurance). Comprehensive General Liability: $500,000. (Per accident or occurrence for bodily injury) This insurance shall include contractor's protective and liability. Quoters are required to furnish a technical proposal. The Quoter shall not include any pricing information in their technical proposal. The Technical Proposal shall be a separate and distinct document from the price proposal. Length of the technical proposal shall not exceed 5 pages, single sided pages, on 8-1/2 by 11-inch standard paper. Your Technical Proposal contain the following information: Technical Approach: In this section Quoters shall demonstrate their understanding of the technical requirements of the quotation. Proposed amount of time/manpower to be spent your facility on a daily/weekly basis shall be included in this section. The contractor should discuss company procedures to perform the required number of physicals. Management Plan: In this section, Quoters shall describe the overall management and organizational plan (to include the resumes of key personnel who will be assigned to the contract). Resumes should be no longer than 1 page and should demonstrate the employee's qualifications and experience for their assigned positions. Persons proposed in the management plan as key personnel will include, but not be limited to personnel to be principally involved in the performance of this contract, the contract manager, team leaders, and quality control personnel. This section must include assurances by the quoter of his intent to maintain the identified workforce (or replacements of at least equal qualifications) working on this requirement for the life of the contract. The management plan must also include the control methods to be used and shall summarize the management concepts to be employed. A narrative describing examples of other contracts that demonstrate similar management experience should be included. In this section, the Quoters should address their approach to resolving Department of Labor and other regulatory agency issues. The Quoter is also expected to describe his/her proposed methods for communicating with the customer and solving problems such as customer complaints and missed services. This section must also include a discussion addressing the Quoters plans for subcontracting. Past Performance: This section provides a narrative discussion of similar projects of a similar size and dollar value which, have been successfully completed by the Quoter in the past three years. A description of the progress of the projects currently in process should be included as well. Contracts listed may include those entered into with the Federal Government, agencies of state and local governments and commercial customers. The following information should be included for each contract. Each Quoter will be evaluated on his/her performance under existing and prior contracts for similar products or services. Performance information will be used for a determination of the Quoter likelihood of success in performing the quotation requirements as indicated by the Quoter record of current or past performance on similar projects. For this section of the evaluation of each Quoter, the government will focus on information that demonstrates quality of performance relative to the size and complexity of the procurement under consideration. This information will also be used for the determination of responsibility of the Quoter in conjunction with the information provided at (Part IV, Addendum to FAR 52.212-3, Quoteror Representations and Certifications). Reference sources that are contacted by the government as part of this evaluation may provide additional sources (including consumer protection organizations) which have past performance information that may also be contacted by the government in the evaluation of past performance under this element. The Government may also contact the concerns or individuals listed in the proposal by the Quoters in order to obtain information concerning the Quoters past performance of similar work and of his/her current capabilities. (A) PAST PERFORMANCE FACTORS: The Government will assess the quoters ability to perform, including the quoters likelihood of achieving success in meeting the contract requirements. The quoters are to provide a narrative discussion of similar projects of a similar size and dollar value, which have been successfully completed in the past three years. A description of the progress of the projects currently in process should be included as well. Contracts listed may include those entered into with the Federal Government, agencies of state and local governments and commercial customers. Past Performance will be assessed and assigned a narrative rating in the evaluation. The Government will evaluate each quoters past performance; quality of service, timeliness of performance, and customer satisfaction, as well as information that the Government collects by itself. Quoters will be given credit for good past performance and lose credit for poor past performance, and shall neither receive nor lose credit for no past performance data. (B) TECHNICAL: (1) Physicians shall have trained in the practice of medicine, have completed a clinical training program in a primary care specialty, and/or have current experience in full spectrum primary care to include experience with adults, and women's health. Physicians shall have and maintain a valid, unrestricted license to practice medicine in the U.S. and have and maintain a current DEA registration number. Physicians shall have and maintain current certification in Advanced Cardiac Life Support (ACLS), and Basic Life Support (BLS). (2) INSURANCE. The contractor shall submit a Medical Liability Insurance Certificate to the Contracting Officer prior to contract start date. Before commencing work under this contract, the contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective (1) for such period as the laws of the state in which this contract is to be performed, or (2) until 30 days after insurer or the contractor gives written notice to the Contracting Officer, whichever period is longer. (3) The quality of services provided by the Contractor and its providers shall meet, or exceed, currently recognized national standards as established by the Joint Commission on Accreditation of Healthcare Organizations (JCAHO); the American Medical Association (AMA); the American Association of Occupational Health Nurses (AAOHN); the American College of Occupational and Environmental Medicine (ACOEM); established principles and ethics of the related professions; and the standards of care in the state or locality where the services are provided. (4) Qualifications: The Contractor and its provider shall have current licenses in their profession, cardiopulmonary resuscitation (CPR) certification (including Automatic External Defibrillator {AED} training), registration, and required certifications to practice in Texas. All licenses, registrations and certifications shall be renewed and maintained in a current status during the life of the contract. CPR certification shall include AED training for all new hires. (5) Physician Assistants (PA), Graduate of accredited Physician's Assistant Program in the US and licensed in at least one of the fifty states in the US, Puerto Rico, and/or the District of Columbia with CPR certification and ability to perform comprehensive health/physical assessments. (6) Experience / Certification Requirements: RN licensure with CPR and AED certification and two (2) years experience in OH or related experience such as public health/community health, outpatient clinic, school nursing, or physician office nursing and at least one (1) year supervisory experience. The provisions at FAR 52.202-1, 52.203-2, 52.203-3, 52.203-5, 52.203-6, 52.203-7, FAR 52.207-4, and FAR 52.212-2. FAR 52.212-3. Note: This FAR reference needs to be completed and submitted with quotation along with DUNS Number. FAR 52.212-4, FAR 52.216-18, Ordering paragraph (a), "Such orders may be issued from date of award for a period of six (6) months". FAR 52.216-19, Order Limitations paragraphs (a). When the Government requires services covered by this contract in an amount of less than 50 EA; (1) 150 EA; (2) 250 EA. FAR 52.216-22, FAR 52.216-27, FAR 52.217-8, Option to Extend Services; 5 days. FAR 52.219-6, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-3, FAR 52.225-13, FAR 52.233-2, and FAR 52.233-3). Solicitation Provisions Incorporated by Reference, the full text of a solicitation provision may be accessed electronically at http://www.arnet.gov./far. Delivery Orders may be issued via facsimile. See Note #1. Quotes are due August 16, 2002, 2:00pm Dallas time, at Immigration & Naturalization Service, ATTN: Thomas Jones, ACDCAP, 7701 N. Stemmons Freeway, Dallas, TX 75247. Inquiries should be in written form and faxed to (214) 905-5568. All responsible sources may submit a quotation, which shall be considered.
 
Place of Performance
Address: Del Rio, Texas or within 30 mile radius of Del Rio, in the United States.
Country: USA
 
Record
SN00138034-W 20020812/020810213128 (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.