Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2002 FBO #0301
SOLICITATION NOTICE

Q -- Phlebotomist/Laboratory Asst. for MDCLA

Notice Date
9/27/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Bureau of Prisons, MDC Los Angeles, 535 No. Alameda Street, Los Angeles, CA, 90012
 
ZIP Code
90012
 
Solicitation Number
RFQ60605-0017
 
Point of Contact
Rosalinda Domingo, Contract Specialist, Phone (213)253-9548, Fax (213)235-9523,
 
E-Mail Address
rdomingo@bop.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items under simplified acquisition procedures of the Federal Acquisition Regulation (FAR) Part 13, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and the Government does not intend to issue a written solicitation. This solicitation is being issued as a Request for Quotation No. 60605-0016. The provisions and clauses incorporated are those in effect through Federal Acquisitions Circular 01-09. The NAICS is 621999. This is a requirement for a Phlebotomist/ Laboratory Assistant to provide phlebotomy services, to inmates housed at the Metropolitan Detention Center, Los Angeles (MDCLA). All duties will be performed in accordance with standards and methods generally accepted within the provider's field of expertise, including but not limited to the following: phlebotomy, preparation of specimens; maintaining/requesting laboratory supplies; scheduling of patients (call outs); ensures the completion of laboratory requests; labels reagents and solutions; checks for expiration dates for tubes and collection vessels; be familiar with OSHA guidelines regarding blood borne pathogens; provides physicians with laboratory results the same day as received; performs and records glucometer, urinalysis and temperature controls; properly maintains specimen data log, provides counseling; sends and properly package specimens, i.e., CD4, viral loads and HIV specimens to nationally contracted labs; maintains and files laboratory results; properly documents and forwards all refusal forms; provides educational information/ materials to include HIV pre-test counseling to the patients as required by the Bureau of Prisons (BOP) and Institutional policies and procedures; must accurately input data and assess laboratory data for the processing of laboratory and retrieval of laboratory of specimens. All medical records remain the property of the BOP. The provider must be able to draw a number of specimens from at least thirty (30) patients per day. QUALIFICATION: The provider shall have the appropriate educational qualifications, experience and license commensurate with the particular job responsibilities as required by the BOP regulations and outside governing bodies, which includes (a) Current certificate and or documentation of phlebotomy training; (b) Malpractice insurance; (c) Curriculum vitae; (d) reference letters from 3 professional peers and (d) Previous experience (in a correctional environment, if any is helpful). SCHEDULE: Under normal circumstances, services are required for six (one-hour) sessions per day, not to exceed 30 sessions a week, normally from 6:30 a.m. to 1:00 p.m. (unpaid half hour lunch). The contract Base Period will be from 11/01/2002 or date of award through 09/30/2003, plus 2 two option years, 10/01/03 to 09/30/04 and 10/01/04 to 09/30/05. All equipment, supplies, and materials that the contractor may routinely need to perform the services will be provided by the Government. Contractor will maintain accountability for government furnished equipment/supplies/materials. All medical records remain the property of the BOP. FAR 52.237-07 Indemnification And Medical Liability Insurance, applies to this contract. The Contractor shall maintain during the term of this contract liability insurance issued by a responsible insurance carrier of not less than the following amounts(s) per specialty per occurrence: $1,000,000.00. SECURITY ISSUES: Any individual who provides service to the BOP must submit to, at a minimum, the following security investigations: National Crime Information Center (NCIC) check, fingerprint check, name check, employment history check. The instructor must adhere to all policies and regulations prescribed by the Federal Bureau of Prisons. Therefore, prior to commencing the contract work, he/she must attend an orientation class given at the work location. The instructor will not be responsible for supervision of inmates, but must report, verbally and/or in writing, any infraction of those rules and regulations by an inmate to the Contracting Officer's Technical Representative (COTR). This is a nonpersonal services contract, as defined in Federal Acquisition Regulations (FAR 37.101, under which the professional services rendered by the Contractor are rendered in its capacity as an independent contractor. The Contractor will not be subject to Government supervision, except for security related matters and contractor's performance will be closely monitored by the COTR. The following FAR clauses are incorporated by reference and apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2002) and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2002). Each offeror shall include a completed copy of the FAR provisions at 52.212-3 Offeror Representation and Certifications-Commercial Items (July 2002) with its offer. The following provision is applicable to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items (Oct 2000). SUBMISSION OF QUOTATION: On letterhead or business stationery, offeror may mail, email or fax response to the address below, no later than October 10, 2002, 1:00 pm PST. The following information is required: The unit price of each session, extended to the total annual price (Base Period 11/01/02 to 09/30/03, 1,410 @ $______ per session, total $ _______ for base period, Option Period 1,1560 @ $ _______ per session, total $ _______ , and Option Period 2, 1,560 @ ________ per session, total __________). Also include all information regarding education and experience. The award will be based on the offer providing the lowest price to the government which also provides the best value for the services. This is a 100% small business set-aside. This is not a sealed bid. Any contract resulting from this solicitation will be a firm, fixed-price contract. Additional telephone number to contact Rosalinda Domingo is (213)485-0439 ext. 148.
 
Place of Performance
Address: Metropolitan Detention Center (MDCLA), Health Services Unit, 535 No. Alameda Street, Los Angeles, CA
Zip Code: 90012-3405
Country: USA
 
Record
SN00177485-W 20020929/020927213326 (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.