Inactive
Notice ID:15B11319Q00000010
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY - Solicitations are not available at this time. This notice does not constitute a commitment by the Government. The information gathered from market research...
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY - Solicitations are not available at this time. This notice does not constitute a commitment by the Government. The information gathered from market research will be vital in the formation and set aside status of the solicitation. The Bureau of Prisons has a future requirement for the provision of Optometry Services for the Federal Correctional Institution located in Morgantown, West Virginia. All duties shall be performed in accordance with standards and methods generally accepted within the industry and in compliance with all Federal and State policies and regulations. The contractor will provide Optometry Services in accordance with the Statement of Work. The Government contemplates awarding of an indefinite-delivery, requirements-type contract with firm-fixed unit prices resulting from the future solicitation. The contract period shall consist of a 12 month base period with four 12 month option periods for renewal. The Government anticipates requiring the provision of one 416 optometry sessions per year. A session is defined as one hour. A Government solicitation document to provide these services is being developed, and a contract may or may not result. Market research is being conducted to determine interest and capability of potential sources for this requirement. All future information about this acquisition, including the solicitation and/or amendments, will be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information regarding this acquisition. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. If you have questions about the System for Award Management (SAM), Government procurements in general, or need assistance in the preparation of your quote, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptac-us.org. The North American Industry Classification System (NAICS) Code is 621320 (Small Business Administration Size Standard: $7,500,000 annually). Draft Statement of Work Subject: The Federal Bureau of Prisons (BOP), Field Acquisitions Office, Grand Prairie, Texas, intends to award a single award, indefinite delivery, requirements type contract to a responsible entity for the provision of Optometry services. Services will be provided to the inmate population on-site at the Federal Correctional Institution - Morgantown (FCI Morgantown), 446 Greenbag Road, Morgantown, WV 26507. General Information regarding the BOP is located at www.bop.gov. Place of Performance: The services will be performed in the Health Services Departments at FCI Morgantown. Schedule: The contractor must be available to provide at least 416 sessions per year. A session is defined as one hour and will include service to approximately two patients per session. Scheduled service will generally be in blocks of at least eight sessions. Clinics will typically be scheduled between the hours of 7:30 am to 4:00 (excluding a thirty minute unpaid lunch break) Monday through Friday, excluding Federal Holidays. The scheduled days and hours will be mutually agreed upon by the FCI Morgantown and the contractor after contract award. Session dates/times will be scheduled thirty days in advance. Requests for service with less than 30 day notice will be scheduled through the mutual agreement of FCI Morgantown and the contractor. Service will be on an as needed basis. The contractor is subject to call for emergency services from FCI Morgantown. Due to the nature of the correctional setting, delays in performance of work may be expected. Such delays must include but are not limited to inclement weather, electrical or mechanical problems, or other security matters. When contract employees report to the institution but are unable to perform services due to such delays, the contractor will be paid for one (1) session. Normally, any remaining sessions scheduled that day will be suspended and the contractor will be free to leave and the contractor will not be paid for remaining unperformed sessions. However, if the institution requests that the contractor remain at the institution for eventual performance, the contractor shall be paid for such sessions. Supplies: Due to security reasons, all supplies and equipment that the contractor may needed to perform the required services will be furnished by the FCI Morgantown. All records maintained by the contractor under this contract will remain the property of FCI Morgantown. Description of Responsibilities: The contractor shall provide, on a non-discriminatory basis, routine refractions, eye examinations, and tonometry examinations. He/she will provide documentation on all inmates examined and prescribe and make adjustments on eye wear, and will provide referral services to the Clinical Director for eye pathologies. The contractor will not be responsible for prescribing medications to inmate patients. In case of an eye emergency, the contractor will be required to see the inmate patient either at the institution or at their office for the examination. The contractor will be required to document examinations using the BOP's Electronic Medical Record (BEMR) and will be instructed in appropriate use of the computer system and BEMR. The contractor shall inform the Clinical Director through BEMR of any recommendations for referral to other consultants (ophthalmologist, retinal specialist). Upon request, the contractor shall evaluate inmate patients who report to the institution with contact lenses for appropriateness of continued wear according to treatment guidelines. In the event that a patient meets the BOP's criteria (i.e. severe myopia and keratoconus), the contractor shall inform the Clinical Director through BEMR of the need of continued wear. In the event, that a patient requires fitting for specialty contacts, the contact lenses will be provided by another optometric service from the community. Qualifications: The contractor must be a graduate of an accredited university with a degree in Optometry. The contractor must be board certified with an unrestricted license to in any U.S. state or U.S. territory. The contractor must have no report of findings in the National Practitioner Data Bank. Inmate Management: The provision of services under this proposed contract will require frequent and unsupervised contact with inmates. The contractor will not be responsible for the management of inmates except to ensure that those inmates involved in activities within the contractor's scope of work shall abide by all rules in effect to ensure the safety and well-being of all participants. The contractor will report any infractions of rules and regulations by any inmate to the Contracting Officer's Representative (COR), or designee. Institution Security: All contract personnel providing services within the confines of the FCI Morgantown shall have a complete background investigation conducted in accordance with BOP Program Statement 3000.03. See also Section 2.3 of this solicitation entitled "Contract Security/Investigation Requirements". The contractor agrees to adhere to all regulations prescribed by the institutions in regards to the safety, custody, and conduct of inmates. The Bureau of Prisons requires all non-employees to sign in and out of the institution for security reasons. Contractors will be required to attend a one-time orientation program, consisting of approximately four (4) hours, prior to performing any services under this contract. Additionally, a "refresher" orientation must be completed annually. The date and time for this orientation will be mutually agreed upon by both parties and reimbursement for attendance will be at the pro-rated contract session rate. Method of Performance: The contractor has sole responsibility and discretion for choosing and implementing the manner and method of performing tasks outlined in this Statement of Work as long as the requirements are met in accordance with the policies described above. The services, although not directly supervised, shall be reviews by institution medical staff to ensure contract compliance. The contractor's performance will be evaluated in accordance with FAR Part 42. Contact monitoring reports will be prepared by the COR and maintained in the contract file. In this evaluation, if the performance of the individual instructors is deemed unacceptable, that optometrist will no longer perform those duties. In that event, the contractor will be responsible for replacing the Optometrist. Payment Terms: The contractor shall provide a monthly billing statement to the FCI Morgantown Accounting Department which accurately reflects days worked, number of sessions, and the total amount due for the previous month's services. Payment terms are as specified in FAR 52.212-4(g), the due date for making an invoice payment by the designated payment office shall be the 30th day after the designated billing office has received a proper invoice, or the government accepts the services performed by the contractor. The contractor can however offer discount payment terms for prompt payments as specified in block 12 on the SF-1449 form of this solicitation. Half sessions will not be authorized for payment. If the contractor is a self-employed individual he/she must provide a means of electronic payment to include bank routing and account number. If the resulting contract is made to an individual(s), the provision of these services has been determined to meet certain criteria for creating common law employee relationship. Therefore, the BOP is responsible for the payment of FICA taxes (7.65%) and the withholding of the individual'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. In order to ensure proper preparation of their bi-weekly payment voucher, all hours worked must be documented by the contractor, showing the hours worked during each visit. Documentation will be provided on a "Log of Consultants Visit" form with each entry being signed by the Contractor. **Please answer the following questions on company letterhead.** 1. Please indicate your business size in relation to the SBA size standard provided above. 2. Can your firm provide the services in compliance with the requirements listed in the draft Statement of Work? 3. Do you have any issues/questions/concerns with the draft Statement of Work? 4. Can your firm provide all inclusive "session" pricing to include all costs associated with the performance of the required services? 5. Can your firm provide firm fixed unit prices (i.e., session pricing) for future contract periods (for example: a contract with a base year and four option years, equating a total of five years)? 6. Can your firm quote pricing in the next 6-8 weeks for a contract with an effective date of November 1, 2019? 7. How many calendar days does your firm need to prepare a quotation resulting from this solicitation? 8. Is your company registered, and active, in the System for Award Management (www.sam.gov)? 9. Please furnish the following information in reference to your firm: Company Name: DUNS number: Address: Point of Contact: Telephone Number: E-mail Address: I am extremely appreciative of the time you have taken to complete this questionnaire. Please email your response to jseratt@bop.gov.