Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2011 FBO #3456
SOLICITATION NOTICE

Q -- Psychiatrist Services - USP Hazelton, West Virginia - Attachment 001

Notice Date
5/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621112 — Offices of Physicians, Mental Health Specialists
 
Contracting Office
Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, Texas, 75051
 
ZIP Code
75051
 
Solicitation Number
RFQP01211100011
 
Archive Date
8/31/2011
 
Point of Contact
Lori Wehling, Phone: (972) 352-4525, Dennis A. Chinnici, Phone: 972-352-4651
 
E-Mail Address
lwehling@bop.gov, dchinnici@bop.gov
(lwehling@bop.gov, dchinnici@bop.gov)
 
Small Business Set-Aside
N/A
 
Description
Description of Required Services 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; quotes are being requested and a written solicitation will not be issued. The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas intends to award a firm-fixed price indefinite-delivery, requirements type contract to a responsible entity for the provision of psychiatry services to be provided for the United States Penitentiary Hazelton and its adjacent facilities located in Bruceton Mills, West Virginia. A description of the required services is attached to this posting and labeled as Attachment 001. CONTRACT PRICING - Contract pricing shall be based on a "per session" rate, where a session is defined as one hour. The estimated total quantity of service required is 1440 sessions. Contract pricing shall include all charges to the Government for provision of dental assistant services (e.g., overhead, profit, taxes, insurance, etc.) The Government reserves the right to award without discussion; therefore, the initial quote should contain a quoter's best terms from a price and technical standpoint. PRICING METHODOLOGY - The quantity of service to be provided by the contractor is estimated and is not a representation to a quoter or contractor that the estimated quantities will be required or ordered or that conditions affecting requirements will be stable or normal. Pursuant to FAR 17.203(b), the Governments evaluation of quotes shall be inclusive of options. Pursuant to FAR 17.203(d), the quoter may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. CONTRACT CLAUSES: 52.252-2 -- Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer. 52.212-4 Contract Terms and Conditions--Commercial Items (JUNE 2010) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) 52.204-4 Printed or Copied Double-Sided on Recycled Paper (AUG 2000) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2006) 52.224-1 Privacy Act Notification (APR 1984) 52.224-2 Privacy Act (APR 1984) 52.228-5 Insurance - Work on a Government Installation (JAN 1997) Workers compensation or Employers liability: $100,000; and Comprehensive General Liability: $500,000 per occurrence for bodily injury. 52.232-18 Availability of Funds (APR 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.237-7 Indemnification and Medical Liability Insurance (JAN 1997) - (a) $1,000,000 52.253-1 Computer Generated Forms (JAN 1991) The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted: 52.216-18 Ordering (OCT 1995) - (a) from the first day of the effective performance period through the last day of the effective performance period 52.216-19 Order Limitations (OCT 1995) - (a) less than one session; (b) (1) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (2) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (3) 30 days; (d) 5 days 52.216-21 Requirements (OCT 1995) - (f) after the last day of the effective performance period 52.217-8 Option to Extend Services (NOV 1999) prior to the expiration of the current performance period 52-217-9 Option to Extend the Term of the Contract (MAR 2000) - (a) prior to the expiration of the current performance period, 60 days; (c) 5 years 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) - beyond September 30th of the Base year or any option year exercised; beyond September 30th of the Base year or any option year exercised 52.21-603-70 Contract Monitor - (a) Harold Boyles, Health Services Administrator at USP Hazelton 52.24-403-70 - Notice of Contractor Personnel Security Requirements (OCT 2005) 52.27-103-72 - DOJ Contractor Residency Requirement - BOP (JUN 2004) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (APR 2011) - (b) 1, 4, 6, 8, 13, 20, 23, 25-29, 31, 35, 44. OTHER CONTRACT TERMS AND CONDITIONS: Type of Contract: A resultant contract will be an indefinite delivery/requirements type contract with firm-fixed unit pricing. It is anticipated that an award will be made for this requirement in June 2011. Performance Period: The periods of performance of the resulting contract shall be Base Year - Effective Date of Award (EDOA) thru 12 months; Option Year 1 - 13 months from EDOA thru 24 months; Option Year 2 - 25 months from EDOA thru 36 months; Option Year 3 - 37 months from EDOA thru 48 months; Option Year 4 - 49 months from EDOA thru 60 months. The contractor shall commence services under this contract, by submitting required documentation to initiate security clearance, within 5 calendar days from effective date of award of the contract. In accordance with FAR 46.503 and 46.403(a) (6), the place of acceptance for services under this contract is at the destination, USP Hazelton located in Bruceton Mills, West Virginia. Security and Investigative Requirements: The employees of the contractor entering the institution may be required to meet certain security requirements prior to entering the institution. Primary concerns are the amount of contact that may occur between the contractor and his/her employees with the inmate population during the performance of the contract. Contractor employees are allowed access to the institution at the sole discretion of the Warden of the institution. The program manager at USP Hazelton is responsible for conducting the appropriate law enforcement check on all contractor staff that may need access inside the prison facility. The following investigative procedure will be performed: 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; 6). Resume/Personal Qualifications; 7). OPM 329 A (Authority for Release of Information); 8). National Agency Check and Inquiries (NACI) check (if applicable); and 9). Urinalysis Test (for the detection of marijuana and other drug usage) By submitting a quote for service, the contractor and its employees agree to complete the required documents and undergo the listed procedure. An individual who does not pass the security clearance will be unable to enter the BOP facility. Any individual employed by the contractor who is deemed not suitable by the BOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. Finally, the contractor shall be in compliance with 8 CFR 274a regarding employment of aliens. A resultant contract will be a nonpersonal health care services contract, as defined in FAR 37.101, under which the contractor is an independent contractor. Additionally, the Government may evaluate the quality of professional and administrative services provided, but retains no control over the medical, professional aspects of services rendered (e.g., professional judgments, diagnosis for specific medical treatment). Award of a contract does not constitute an employer/employee relationship. The contractor will not be subject to Government supervision, except for security related matters; however, contractor performance shall be closely monitored to ensure contract compliance. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. SOLICITATION PROVISIONS: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) tailored to delete paragraphs at c, d, h, and i as they have been determined to be non-applicable to this solicitation. Additionally, all references to "offer" and "offerors" are changed to read "quote" and "quoters" respectively. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEPT 2007) 52.212-3 Offeror Representations and Certifications - Commercial Items (APR 2011) 52.217-5 Evaluation of Options (JUL 1990) 52.233-2 Service of Protest (AUG 1996) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5005, Washington, D.C. 20534 52.237-1 Site Visit (APR 1984) Protests Filed Directly with the Department of Justice (JAR 2852.233-70) 52.27-103-71 Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Common Law Employee Provision (Oct 2003) - The status of contract persons providing these services has been determined to be that of a common law employee, when contract award is made to an individual. Therefore, the following applies: Individuals, other than corporations, shall submit a fully completed W-4, Employees Withholding Allowance Certificate, along with their quotation. 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 percent) and the withholding of the individual employees 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 percent will be added to the price submitted by individuals who are not incorporated. An award made to an individual resulting from this solicitation is not subject to 52.212-4(I), Prompt Payment Act. In addition, to any security requirements, the following forms will be provided to the contractor for completion prior to contract award:- 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)- Employment Eligibility Verification (I-9). [End of Provision] Quoters are advised that the Contracting Officer will verify registration in the Central Contractors Registration database (www.ccr.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration may result in elimination from consideration for award. Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. The North American Industrial Classification (NAICS) code is 621112, Offices of Physicians - Mental Health Specialists, and the applicable small business size standard is $10.0 million. Evaluation and Award Methodology: This acquisition will be procured in accordance with FAR Part 12 - Acquisition of Commercial Items and Part 13 - Simplified Acquisition Procedures. Quoters must demonstrate that they can provide services of a psychiatrist who meets the qualifications listed in the Statement of Work to be determined technically acceptable. The Government intends to evaluate quotes considering price and price related factors, and will make a single award to a quoter, pursuant to an affirmative determination of responsibility, whose quote, conforming to the solicitation, is determined to be the best value to the Government. SUBMISSION OF QUOTATIONS: On letterhead or business stationary, the following information is required: (1) Contractors DUNS Number (2) Quoted pricing per session (session is defined as one hour in duration) for an estimated maximum requirement of 288 sessions per contract year. Example format: Base Year: Estimated 288 sessions x tiny_mce_marker______ per session = $ _________. A price quote must be provided for service rendered during each contract period: Base Year, Option 1, Option 2, Option 3, and Option 4. (3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov (4) Evidence of insurability with regard to medical liability. (5) A brief description of how the contractor meets the requirements of the solicitation and plans to fulfill the contract terms throughout the life of the contract. (6) Point of Contact information for professional references. The contractor should provide a list of the last three contracts awarded to your firm which are of a related nature. Include the following for each: Customer Name, Address, Phone, Fax, Email address; Contract Number; Contact Person; Type of Work; Contract Amount; Contract Status (Active or Complete). The contractor should also provide contact information for a financial reference to include Bank Name, Address, Phone, and Contact Person. If your references will require a Release of Information statement - provide it with your quote submittal. (7) W-4, Employees Withholding Allowance Certification (Individuals only - other than corporations) Regarding Submission of Quotes: Quotes must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051 no later than 2:00pm local time on Tuesday, May 31, 2011. Written quotes will be accepted by mail, hand-carried delivery, fax, or email. Mailed or Hand-carried Quotes must be delivered to the attention of Lori Wehling, Contracting Officer at the address shown. The official point of receipt for hand-carried quotes will be at the first floor reception area of the address listed above. Please give 24 hours of advanced notice to Contracting Officer prior to hand-carrying quotes to accommodate access to secured base. Faxed Quotes must be faxed to 972-352-4545, Attn: Lori Wehling, Contracting Officer. Quotes should be clearly marked with the solicitation number and include all required information. Emailed Quotes must be sent in.pdf format only to lwehling@bop.gov. Include the following in your subject line: Quote submitted in response to RFQP01211100011. Quotes must include all required information. Questions regarding this requirement may be directed in writing to Lori Wehling, Contracting Officer at the email address listed below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP01211100011/listing.html)
 
Place of Performance
Address: United States Penitentiary Hazelton, Sky View Drive, Bruceton Mills, West Virginia, 26525, United States
Zip Code: 26525
 
Record
SN02444017-W 20110512/110510234524-733f7929d8b54ff6dbda8e238caa1232 (fbodaily.com)
 
Source
FedBizOpps 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.