The RFP Database
New business relationships start here

Mobile Onsite Diagnostic Testing - USP Big Sandy, Kentucky


Texas, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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 establish an indefinite-delivery, requirements type contracts for the provision of Mobile Onsite Diagnostic Testing services to include MRI, CT, and Ultrasound scans. All service will be rendered onsite for the inmate population incarcerated at the United States Penitentiary (USP) Big Sandy located in Inez, Kentucky. USP Big Sandy is a high security prison facility for male inmates. Additionally, USP Big Sandy operates a satellite prison camp that houses minimum security male inmates. Information regarding the Bureau of Prisons (BOP) and its facilities can be located at www.bop.gov. A description of the services required is attached to this posting and labeled as RFQ Attachment 001 - Description of Requirement.

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 (SEP 2013) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract.
52.203-3 Gratuities (APR 1984)
52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010)
52.204-4 Printed or copied doubled-sided on recycled paper (MAY 2011)
52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.223-5, Pollution Prevention and Right to Know Information (MAY 2011)
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; and Automobile Liability: $200,000 per person, $500,000 per occurrence for bodily injury, and $20,000 per occurrence for property damage.
52.232-18 Availability of Funds (APR 1984)
52.232-40 Providing Accelerated Payment to Small Business Subcontractors (DEC 2013)
52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984)
52.242-13 Bankruptcy (JUL 1995)
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:
52.252-6 - Authorized Deviations in Clauses (APR 1984)
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 five scans; (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 expiration of the current performance period; 60 days; (c) but excluding the exercise of any option under the clause at 52.217-8 which is also incorporated into this contract, shall not exceed five (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
52.237-7, Indemnification and Medical Liability Insurance (JAN 1997) - (a) $1,000,000 aggregate
52.21-603-70 Contracting Officer's Representative (COR) (APR 2010) - (a) Sherry Slone, HSA at USP Big Sandy
52.24-403-70 Notice of Contractor Personnel Security Requirements (OCT 2005)
52.21-603-71 Evaluation of Contractor Performance Utilizing CPARS (APR 2011)
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 (JUL 2014) - (b) 52.203-6 with Alternate 1, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36,52.222-37, 52.222-40, 52.223-18, 52.225-13, 52.232-33; (c) 52.222-41 - WD 2005-2221 Revision 18, 52.222-42 - $19.71 (exclusive of benefits) for occupational code 12305, and $21.76 (exclusive of benefits) for occupational code 31364; and 52.222-43.


OTHER CONTRACT TERMS AND CONDITIONS:


Type of Contract: A resultant contract will be an indefinite delivery/requirements type contract with firm-fixed pricing. It is anticipated that contract award(s) resulting from this solicitation will be made in October 2014.


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 performance of services by submitting information to initiate security clearance procedures 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 Big Sandy.


Ordering Official: Task orders may be issued only by the Contracting Officer or a warranted Contracting Official from the Contract Administration Office. Orders may be issued orally, faxed, electronically, or via mail.


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 Big Sandy 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.


Privacy Act Notification: A resultant contract will require contracted staff to operate a system of records and maintain documentation that will require adherence to the Privacy Act of 1974. The system of records will be maintained in accordance with community standards for health care information. The contractor and/or staff are not authorized to disclose this or any information pertaining to an inmate to any non-BOP source. Any requests for such information shall be forwarded to the Contracting Officer or designee for proper disposition.


Non-personal services: A resultant contract will be a non-personal services contract, as defined in FAR 37.101, under which the contractor is an independent contractor. 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.


Pursuant to FAR 17.203(b), the Government's evaluation shall be inclusive of options. Pursuant to FAR 17.203(d), quoters may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. The estimated quantity of service required is not a representation to a quoter that the estimated quantities will be required or ordered, or that conditions affecting requirements will remain stable or normal.


The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76.


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 (APR 2014) tailored to delete paragraphs at c, d, h, and i, as they have been determined to be non-applicable to this solicitation. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. All references to "Offer" and "Offeror" are changed to "Quote" and "Quoter" respectively.
52.212-3 Offeror Representations and Certifications - Commercial Items (NOV 2013)
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)
52.252-5 Authorized Deviations in Provisions (APR 1984)
2852.233-70 Protests Filed Directly with the Department of Justice
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.


The following provisions are included in full text. Quoters are required to provide applicable fill-in information as noted:


52.252-5 Authorized Deviations in Provisions (Apr 1984)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the provision.
(b) The use in this solicitation or contract of any Justice Acquisition Regulation (48 CFR Chapter 28) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation.
(End of provision)


Evaluation of Quotes: 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 a Mobile Onsite Diagnostic Testing services in accordance with Description of Requirement document detailed as RFQ Attachment 001. The Government intends to evaluate quotes considering technical, price, and past performance. An offer of contract award will be made in accordance with FAR 12.602.


Quoters are advised that the Contracting Officer will verify registration in the System for Award Management database (www.sam.gov) prior to award of any contract, by entering the potential awardee DUNS number into the database. Failure to complete a registration record 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 621512, Diagnostic Imaging Centers and the applicable small business size standard is $14.0 million dollars.


Attachments: RFQ 001 - Description of Requirement; RFQ 002 - DOL Wage Determination


SUBMISSION OF QUOTATIONS:


On letterhead or business stationary, the following information must be submitted. Failure to provide required information may result in your quote not being considered.


(1) Contractor DUNS Number
(2) Quotes shall describe the quoters technical capabilities with a brief written description of how the quoter meets the requirements of the solicitation including identification of the type of equipment that will be used to render services. Pictures, brochures, or illustrations of equipment may be provided with your quote.
(3) Quotes shall include a price per scan as defined in RFQ Attachment 001 under Schedule of Items. Price quotes must be provided for the Base Year, Option 1, Option 2, Option 3, and Option 4 and quoters may offer varying prices for options.
(4) Quoters must include a statement of certification in their quote indicating whether or not the quote DOES or DOES NOT provide for any subcontracting possibilities.
(5) 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) that is part of the record at www.sam.gov.
(6) Proof of insurability with regard to medical liability insurance.
(7) Point of Contact information for professional references. The contractor should provide a list of the last three contracts awarded to your organization which are of a related nature, size, and scope. 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).
(8) Point of contact information for a financial reference to include Bank Name, Address, Phone, Email address, and Contact Person. Please include a "Release of Information" statement granting permission for bank to provide reference with your quote submittal.


Quote Submission Information:


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 Wednesday, September 10, 2014.


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 hour 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 RFQ 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 RFQP01181400011. Quotes must include all required information.


Questions regarding this requirement may be directed in writing to Lori Wehling, Contracting Officer at lwehling@bop.gov.


 


Lori Wehling, Contracting Officer, Phone (972) 352-4525, Fax (972) 352-4545, Email lwehling@bop.gov - Jim D Seratt, Contracting Officer, Phone 972-352-4558, Fax 972-352-4545, Email jseratt@bop.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP