Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2003 FBO #0754
SOLICITATION NOTICE

Q -- Phlebotomist Services - Federal Correctional Complex, Lompoc, CA

Notice Date
12/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Bureau of Prisons, FBOP - Field Acquisition Office, U. S. Armed Forces Reserve Complex 346 Marine Forces Drive, Grand Prairie, TX, 75051
 
ZIP Code
75051
 
Solicitation Number
RFQ-617-0003-4
 
Response Due
1/9/2004
 
Archive Date
7/18/2004
 
Point of Contact
Al Rauschuber, Jr., Contract Specialist, Phone 972-352-4516, Fax 972-352-4545, - Darrell McKeel, Contract Specialist, Phone (972) 352-4518, Fax (972) 352-4545,
 
E-Mail Address
arauschuber@bop.gov, dmckeel@bop.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in Federal Acquisition (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. RFQ 617-0003-4 is issued as a request for quotation. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2001-18. The North American Industrial Classification System Code is 621999. The small business standard is $8.5 Million. This solicitation is 100% set-aside for small business. The Government intends to make a single award of an indefinite delivery/requirements type contract with firm fixed unit prices. Award will be made to the responsible quoter who submits the most advantageous offer to the Government based on price. GENERAL REQUIREMENTS: The Federal Bureau of Prisons (BOP), Federal Correctional Complex (FCC), located at 3901 Klein Boulevard, Lompoc, California, has a requirement for a Phlebotomist for the period of a base year with four (4) twelve (12) month option periods for renewal. Award is estimated to be on or about January 31, 2004 with the performance period beginning on or about March 1, 2004, allowing 30 days from the date of award to begin performance. The contractor shall provide Phlebotomy Services which include the following but are not limited to: Performing blood draws and urine collection procedures which are in compliance with established BOP and OSHA guidelines. Samples shall be prepared by the Contractor for processing and distribution to referral centers as required by established medical guidelines. Sterilization and disinfection techniques of all equipment will be required as well as administrative functions such as filing, scheduling appointments, and inventory of supplies. The Phlebotomy Technician will be required to maintain proper accountability logs through effective and efficient record keeping techniques. Services shall be provided in a method considered normal in the local community. It is a requirement that the Phlebotomist Technician maintain a safe, clean, well stocked area with all required materials for the successful completion of all required services. The Contractor shall participate in monitoring and evaluating the quality and appropriateness of patient care and services as described in the Medical Department Quality Assessment and Improvement Program. KNOWLEDGE REQUIRED: The Contractor shall provide one (1) Phlebotomy Technician who is a graduate of a Phlebotomy Technician training program, consisting of a minimum of six months of course credits. The Contractor or Contractor's employee must have a working knowledge of laboratory procedures with a minimum of two years of practical work experience as a Phlebotomist. The Phlebotomy Technician must have a working knowledge of medical records procedures. The Contractor will also provide adequate evidence indicating completion of the Phlebotomy Technician training program as well as evidence of required experience. SCHEDULE: The schedule will consist of approximately 1440 hour sessions per year. A session is defined as one (1) hour, for an estimated thirty (30) sessions per week, Monday through Friday exclusive of Federal holidays. Total hours may not exceed thirty (30) per week. Sessions will normally be scheduled between the hours of 8:00 a.m. and 3:30 p.m., however, these services may be provided on an as needed basis, and the contractor is subject to call for services as mutually agreed. SUPPLIES: All supplies that are needed by the contractor in the performance of professional services, will be provided by the FCC. These supplies normally include medical assessment equipment, and material for recording information within the structured format. All medical data remains the property of the BOP. METHOD OF PERFORMANCE: The services provided are professional in nature, and will be commensurate with JCAHO Standards of Care. The methods utilized will meet medical practices established in the local community. These services, although not directly supervised, will be reviewed periodically by a physician or staff at the FCC. The performance of these services will be monitored by the Contracting Officer?s Technical representative (COTR) and/or his/her designee. PATIENT MANAGEMENT: The contractor will be responsible for receiving patients and explaining procedures to alleviate undue anxiety, submitting reports and evaluations as requested. The contractor will be responsible for following directives and complying with BOP Health Services Manual, FCC institutional mandates and the Health Service unit?s policies in the management of all patient encounters. The contractor will not be responsible for the management of inmates. SPECIAL CONTRACT CONDITIONS/CONTRACT SECURITY/INVESTIGATIVE REQUIREMENTS: The following requirements apply to those individuals delivering services inside the institution. 1. National Crime Information Center (NCIC) check; 2. DOJ-99 (name check); 3. FD-258 (fingerprint check); 4. Law Enforcement Agency checks; 5. Vouchering of Employers over past five years; 6. Resume/Personal Qualifications; 7. OPM-329-A (authority of release of information), and; 8. NACI check (if applicable), and; 9. Urinalysis test (for detection of marijuana and other drug usage) Each prospective contractor is advised that a urinalysis test is required (for detection of marijuana and other drug usage) prior to performance. If the proposed contract is with an individual, and if the test is positive, the proposed contractor shall be disqualified from being awarded the contract. If the proposed contract is with a company and the individual(s) assigned to perform the work tests positive, the individual(s) shall be excluded and the proposed contractor shall provide acceptable replacement personnel Subject to the same security requirements. Contractor employees will be allowed access to the institution at the sole discretion of the Chief Executive Officer (CEO). The Contractor agrees to adhere to all regulations prescribed by the institution in regards to the safety, custody, and conduct of inmates. The Contractor will report any infractions of institution rules and regulations by the inmates to the Health Services Administrator, the Contracting Officer?s Technical Representative, or an other medical staff member. The contractor shall be in compliance with 8 CFR 274a regarding employment of aliens. The Contractor or their designated personnel shall attend a one time orientation program, consisting of approximately four (4) hours, prior to performing any services at the institution. The date and time for this orientation will be mutually agreed upon by both parties, and reimbursement for attendance will be at the contract rate. RESTRICTIONS ON CONTRACT WORKERS: The Contractor shall not: 1. Supervise inmates 2. Supervise Bureau of Prisons staff 3. Participate in inmate accountability 4. Requisition, sign for, or pick up supplies 5. Formulate policy or procedures 6. Attend meetings, recalls or staff functions. OTHER PROVISIONS: In accordance with the Federal Bureau of Prisons? Acquisition Policy, Part 37.103(c), the following provisions are applicable to the work being performed under this contract: a. the service is a contractual arrangement and not a personnel appointment; b. payment shall be based on the provision of and an end result or the accomplishment of a specific result; c. the service does not constitute an employer/employee relationship; and d. the Contractor will not be subject to Government supervision, except for security related matters. However, Contractor performance shall be closely monitored. In order to ensure proper preparation of Contractor payment vouchers, all hours must be documented by the Contractor, showing hours worked each visit. Documentation shall be on a ?Log of Consultants Visit? form (located in the Heath Service Department) with each entry being signed by the Contractor. OFFERORS ARE REQUIRED TO INCLUDE A COMPLETED COPY of the provision 52.212-3, Offeror Representations and Certifications Commercial Items with their offer. The Government will make award based on technical compliance and price. The following FAR clauses apply to this acquisition: 52.204-6, Data Universal Numbering System; 52.204-7, Central Contract Registration, Alternate I, prior to contract award; 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition, (Period of acceptance of offers) is deleted as not applicable; 52.212-4, Contract Terms and Conditions Commercial Items; 52.216-18, Ordering (from the first day of the effective contract period through the last day of the effective contract period); 52.216-19, Order Limitations ((a) $50.00, (b) (1) the yearly estimated quantity (2) the yearly estimated quantity (3) 30 days); 52.216-21, Requirements (after the last day of the effective contract period); 52.217-8, Option to Extend Services (Contractor prior to expiration of the current performance period); 52.217-9, Option to Extend the Term of the Contract ((a) Contractor by the last day of the current performance period, at least 60 days before the contract expires (c) five years); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central Contract Registration. 52.222-41, Service Contract Act of 1965, As Amended, Wage determination 1994-2375, Revision 22, Last Revision 06/05/2003 available at Web address http://kirk.fedworld.gov/sca/sca/94-2375.txt; 52.222-42, Statement of Equivalent Wage Rates For Federal Hires - Phlebotomist, $12.00 hr.; 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (multiple year and option year contracts); 52.224-1, Privacy Act Notification; 52.224-2, Privacy Act; 52.228-5, Insurance - Work on Government Installation; 52.232-18, Availability of Funds; 52.232-19, Availability of Funds for the Next Fiscal Year; 52.233-2, Service of Protest; 52.237-7, Indemnification and Medical Liability Insurance, $100,000 per occurrence, and; 2852.201-70 of the Justice Acquisition Regulations (JAR), Contracting Officer?s Technical Representative (a) Dwayne D. Evans, Federal Correctional Institution, Lompoc, California. Contractor, if an individual other than a corporation, upon contract award must complete several Human Resource Management Forms. The forms are referenced as follows: Direct Deposit (SF-1199A); Federal/State/City/County tax forms (as applicable); Employee Locator Form (DOJ-233); Race and National Origin Identification (SF-181); Self-Identification of Handicap (SF-256), and; Employment Eligibility Verification (I-9). An award made to an individual resulting from this solicitation is not subject to 52.212-4(i), Prompt Payment Act. When award is made to an individual, the provision of these services has been determined to meet certain criteria for creating a common law employment relationship. Therefore, the BOP is responsible for the payment of FICA taxes (7.65%) and the withholding of the individual employee?s taxes. These responsibilities apply only when award of this solicitation is made to an individual. It does not apply to companies or individuals who are incorporated. For evaluation purposes, an additional 7.65% will be added to the price submitted by individuals who are not incorporated. A residency requirement certification as stated below, must be completed and returned with the offer/bid/quote for individuals applying for a contract. Companies must submit a completed certification for each of their employees performing work at the Federal Bureau of Prisons, prior to performance. In order to facilitate the clearance process, companies should submit the certifications as soon as it is apparent which employees will be performing the work but no later than one week prior to performance. Documentation to substantiate residency may be requested at anytime prior to award for contracts with individuals, and prior to performance for awards to other than individuals. Residency Requirement I certify that for three of the five years immediately prior to responding to this solicitation, I have: 1) resided in the United States (U.S.); 2) worked for the U.S. overseas in a Federal or military capacity; or 3) have been a dependent of a Federal or military employee serving overseas. 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: Professional Medical Liability: $100,000 per occurrence, and; Worker?s Compensation and Employers Liability: $100,000. The required workers compensation insurance shall extend to cover employers liability for accidental bodily injury or death and for occupational disease with a minimum liability of $100,000. Comprehensive General Liability: $ 500,000 per occurrence for bodily injury. Clauses may be viewed or downloaded by accessing the website at: http://www.arnet.gov. All responsible sources may submit an offer which will be considered for award. NO SOLICITATION DOCUMENT WILL BE ISSUED. SUBMISSION OF QUOTATIONS: Vendors will be required to submit the following information on letterhead or business stationary, directly to the contracting officer. 1. Offerors Representations and Certifications (FAR 52.212-3). 2. Residency Requirement Certification. 3. Proof of Experience and Phlebotomy Certification/Licensure. 4. Contract Pricing as indicated below. Base Year (months 1 to 12) 1440 one hour sessions X session price $_______ = yearly total $_______ Option Year One (month 13 to 24) 1440 one hour sessions X session price $_______ = yearly total $_______ Option Year Two (months 25 to 36) 1440 one hour sessions X session price $_______ = yearly total $_______ Option Year Three (months 37 to 48) 1440 one hour sessions X session price $_______ = yearly total $_______ Option Year Four (months 49 to 60) 1440 one hour sessions X session price $_______ = yearly total $_______ The above information must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Center, 346 Marine Forces Drive, Grand Prairie, TX 75051 on or before 2:00 P.M. CST January 9, 2004. Offers may be faxed to 972-352-4545 or e-mailed to arauschuber@bop.gov. Please call 972-352-4516 to verify receipt of offer.
 
Place of Performance
Address: Federal Correctional Complex, 3901 Klein Blvd., Lompoc, California
Zip Code: 93436
 
Record
SN00492962-W 20031221/031219212042 (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.