Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 25,1998 PSA#2039

Federal Bureau of Prisons, Federal Prison Camp Boron, P.O. Box 500, Hwy 395, 6 miles north of Kramer Junction, Boron, CA 93516

Q -- DENTAL HYGIENIST AT THE FEDERAL PRISON CAMP BORON (FPC), P.O. BOX 500, HWY 395, 6 MILES NORTH OF KRAMER JUNCTION, BORON, CA 93516 SOL RFQ 150-0019 DUE 030298 POC Kathryn L. Dunston, (760) 762-5161. This is a combined synopsis/solicitation for commercial items 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; bids are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitions Regulation Circulation circular 90-41. This procurement is being advertised as a total small business set-aside, under standard industrial classification code 8049, with a small business size standard of $5.0 million. Any quotes received from large business will be considered non-responsive, and will not be considered for award. (A) Schedule: The Contractor shall provide dental hygienist services for inmates at the Federal Prison Camp, P.O. Box 500, Hwy 395, 6 miles north of Kramer Junction, Boron, California 93516 for the period from the date of award (app 3/19/98) through 9/30/98, with the Governments option to exercise this contract for one (1) option year. Please provide a price per session (session is 8 hours in length), there will be approximately 130 sessions. The period of performance will be from 3/19/98 or Date of Award, whichever is later, through 9/30/98. (B) Statement of Work: Purpose: The provision of professional dental hygienist services by a State of California licensed dental hygienist. Performance of the following is required: chair-side dental assisting, cleaning, sterilization and disinfection techniques, and administrative functions to include: filing, scheduling of appointment, and inventory/ordering of supplies. Correctional experience is desired but not mandatory. (i) Place of Performance: The place of performance will be the Federal Prison Camp, located at Hwy 395, 6 miles north of Kramer Junction, Boron, CA 93516. (ii) Schedule: Services to be provided every Monday, Tuesday, Wednesday, Thursday and Friday (excluding federal holidays). Session will be from 7:00 a.m. to 4:00 p.m. (which includes a 30-minute lunch break), with approximately 12-18 patients being scheduled per session. (iii) Supplies: All supplies that the contractor may routinely need for services at the institution will be provided by the Health Services Department. These supplies normally include examination equipment, and a method and material for recording findings. (iv) Method of Performance: The service provided, being professional in nature will be provided in the method as considered normal in the local community. These services, although not directly supervised, will be reviewed by a physician on staff of the Health Services Department of the institution. The performance of these services will also be verified by the designated Contracting Officer Technical Representative (COTR). All medical records remain the property of the Federal Bureau of Prisons. This contract is a nonpersonal health care service contract; the Government may evaluate the quality of professional aspects of services rendered (e.g., professional judgements, etc.; the contractor will maintain insurance (auto, worker's compensation, etc.), in an amount which is not less than the amount normally prevailing within the local community of Boron, California, for Dental Hygienist. This will be a contractual arrangement and not a personnel appointment; payment is based on the provision of an end product or the accomplishment of a specific result; results to be obtained will be entirely within the contractor's own unsupervised determination; and the contractor will not be subject to Government supervision. (C) Clauses/Provisions: (I) FAR Clause 52.212-1, Instructions to Offerors-Commercial," is hereby included by reference. The following are addenda to FAR Clause 52.212-1 (1) Paragraph (c) "Period of Acceptance of Offers", the amount of time the offeror agrees to hold the prices in its offer firm is changed to 60 calender days from date specified for receipt of offers. (2) Paragraphs (e) "Multiple Offers", and (h) "Multiple Awards", have been determined by the Contracting Officer to be non-applicable to this solicitation and are hereby removed in their entirety for the purpose of this requirement. (3) Evaluation Factors for Award: Offerors are advised that quotes shall be evaluated without discussions. Award will be made to the responsible offeror whose quote is responsive to the items of the RFQ and is most advantageous to the Government, considering only price and price-related factors if any, as specified in the RFQ. (4) Business references: In order to assist the Contracting Officer in making a responsibility determination about a prospective contractor, in accordance with FAR Subpart 9.104-1, it is required that each offeror provide information on a reasonable number of recent and relevant contract for the same or similar items, as well as the offeror's primary financial institution (to include contract numbers, points of contact, telephone numbers, and any other relevant information). The following are addenda to FAR Clause 52.214-4: (1) The following FAR Clauses are hereby incorporated by reference; 52.219-6 "Notice of Total Small Business Set-Aside", 52.225-11, "Restriction on Certain Foreign Purchases", 52.232-18, "Availability of Funds"; 52.237-2, "Protection of Government Buildings, Equipment, and Vegetation": 52.237-3, "Continuity of Services", FAR 17.207 "Exercise of Options". JAR Clause 2852.279-70, Contracting Officer's Technical Representative", is hereby incorporated in full text, (a) Mr. John Lorincz of the Health Services Department, Federal Prison Camp, Boron, California, is hereby designated to act as Contracting Officer's Technical Representative (COTR) under this contract. (B) 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, fill 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 invoices to the payment office and a confirmed copy to the Contracting Officer. (C) The COTR does not have 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 of the agreement. If as a result of technical discussions it is desirable to alter/change contractual obligations of the Scope of Work, the Contracting Officer shall issue such changes in writing and signed. (iv) FAR Clause 52.215-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items", hereby applies to this acquisition. The following terms and conditions are hereby incorporated: Security Requirements: In accordance with program statement 3000.02, contract employees entering the institution will be subject to the following investigative procedures, prior to performance: NCIC Check (National Crime Information Center); DOJ-99 (Name Check); FD-99 (fingerprint Check); Law Enforcement Agency Checks; Vouchering of Employer over past 5 years; Personal Qualifications Statement; OPM-329-A (Authority for Release of Information); and a Urinalysis Test (positive results will result in disallowance of an individual to perform under this contract). Quotes shall be received at the following address: Bureau of Prisons, Federal Prison Camp, Highway 395, P.O. Box 500, Boron, California 93516, Attention Kathryn L. Motley-Dunston, Contract Specialist, by 4:00 p.m. local time, on Monday, March 2, 1998. All quotes shall be clearly marked with the company name and RFQ number. FAX quotes will be accepted at (760) 762-6898. For additional information, questions, and availability of forms, please contact Kathryn L. Motley-Dunston, Contract Specialist, at (760) 762-5161. (0054)

Loren Data Corp. http://www.ld.com (SYN# 0075 19980225\Q-0006.SOL)


Q - Medical Services Index Page