Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,1996 PSA#1626

Federal Bureau of Prisons, United States Penitentiary, Regional Contracting Office, Leavenworth, KS 66048-1254

Q -- OPTOMETRY SERVICES SOL RFQ 407-0008 DUE 072396. POC Tony Hiscocks, Contracting Officer, 913-682-8700, extension 610. (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitations will not be issued. (II) This solicitation is issued as Request-For-Quotations RFQ439-0197. (III) The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular FAC-37. (IV) This solicitation is 100 set-aside for small business, with a Standard Industrial Classification Code (sic) of 8042, with a size standard of 3.5 million. (V) (Line Item One) provide in four hour sessions Optometry services. Estimated amount of sessions is three per month for a total of 36 for the anticipated contract period of 10/1/96 through September 30, 1997. The government intends to award a base year and four option years. (VI) The contractor will provide, on a nondiscriminatory basis, the services as described: Provide Optometry services including but not limited to; Lens prescription, Frame sizing and fitting, Tonometry, Standard and/or special eye exams for diagnosing/treating inmates. Please provide pricing per four hour sessions. (VII) All contract performance will take place at the Federal Correctional Institution (FCI), located at Pekin, Illinois. Exact times and days for service will be coordinated between the Contract Monitor and the successful offeror. The resulting contract to provide the above services will be considered a contractual agreement and not a personnel appointment to a federal position. The contractor will be monitored to ensure that end results are obtained. Institution Security: the selected contractor will adhere to all regulations as prescribed by FCI Pekin, and the Bureau of Prisons for the safety, custody, and conduct of inmates. The individual will attend an orientation program, and obtain security clearance prior to assuming any institutional involvement. In accordance with the Prompt Payment Act, contract payments will be made monthly, based on sessions received by the Government. For security reasons, the Government reserves the right to prohibit certain contractor employees from working under this contract. The contractor's performance will be monitored by the (COTR). Mr. Ferdinand S. Samalio, Health Services Administrator. FCI Pekin, IL, 309-346-8588, extension 1550, is hereby designated to act as COTR under this contract. The COTR is responsible for: receiving all deliverables; inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual scope of work; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment, prior to forwarding the original invoice to the payment office and a confirmed copy to the Contracting Officer. The COTR does not have the authority to alter the contractor's obligations under the contract, direct changes that fall within the purview of the General Provisions clause, entitled ``Changes'' and/or modify any of the expressed terms, conditions, specifications, or cost to the Government. (VIII) FAR provision 52.212-1 Instructions to Offerors-Commercial is hereby included by reference. The following are addenda to FAR provision 52.212-1: At the paragraph (e) multiple offers has been determined by the Contracting Officer to be non-acceptable to this solicitation and is hereby removed in its entirety for the purpose of this requirement. At the paragraph (h) multiple awards, is not applicable to this requirement. (IX) FAR provision 52.212-2 is incorporated by reference with the following addenda; in paragraph a the government will evaluated proposals by A: Education/Past Experience and B: Cost to the government. Education and past experience when combined make up fifty percent of evaluation factors as compared to price. (X) FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items, shall be completed and submitted with the proposal. (XI) FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, hereby applies to this solicitation. The following are addenda to FAR clause 52.212-4, The following FAR clause is incorporated by reference: 52.232-18 Availability of Funds, 52.203-3 Gratuities, 52.224-1 Privacy Act Notification, 52.224-2 Privacy Act, and 52-225-11 Restrictions on Certain Foreign Purchases. 52.228-5 Insurance - Work on a Government Installation, 52.237-2 Protection of Government Buildings, Equipment and Vegetation. The following clauses are hereby incorporated in full text: 52.217-8 Option to Extend Services (AUG 1989) The Government may require continue performance of any services within the limits and the rates specified in the contract. These rates may be adjusted only as a result of revisions to the prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed six months. The contracting officer may extend the option by written notice to the contractor within one day. 52.217-9 Option to Extend the Term of the Contract (MAR 1989) (a) the Government may extend the term of this contract by written notice to the contractor within one day, provided, that the Government shall give the contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option provision. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years, six months. SECURITY REQUIREMENTS: A security file will be maintained on each of the contractor's employees for the contract duration. The following information will be maintained in the file: National Crime Information Center Check (DOJ-99); fingerprint check (FD-258); authority for release of information (OPM-329A); and urinalysis test results, all in accordance with the Bureau of Prisons (BOP) Program Statement 3000.02. Justice Acquisition Regulation (JAR) clause 2852.270-70, Contracting Officer's Technical Representative. (XII) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items hereby applies to this acquisition. In accordance with FAR clause 52.212-5, the following clauses are hereby incorporated by reference in paragraph (b): 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (XIII) The contractor agrees to adhere to all regulations prescribed by the institution for safety, security, custody and conduct of inmates. The awarded contractor shall attend an orientation session, prior to assuming contract effort. Reimbursement to the contractor for time spent in the institution security orientation will be at the awarded contract rate. The period of performance for this contract will be from date of award (estimated at 10/1/96) thru 9/30/97. (IX) Offers in original and two (2) copies shall be received at United States Penitentiary, Regional Contracting Office, 1300 Metropolitan Avenue, Leavenworth, KS 66048-1254, Attention Tony Hiscocks, Contracting Officer, by 2:00 p.m. local time, 07/23/96. All offers will be clearly marked with the offeror's name and RFQ number. (X) For additional information, questions, and availability of forms, please contact Tony Hiscocks, Contracting Officer at 913-682-8700, extension 610. (176)

Loren Data Corp. http://www.ld.com (SYN# 0071 19960627\Q-0001.SOL)


Q - Medical Services Index Page