Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2002 FBO #0250
SOLICITATION NOTICE

Q -- Comprehensive Medical Services

Notice Date
5/2/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Bureau of Prisons, Western Regional Contracting Office, 7950 Dublin Blvd. 2nd Floor, Dublin, CA, 94568
 
ZIP Code
94568
 
Solicitation Number
RFQ60020007
 
Response Due
7/19/2002
 
Point of Contact
Patricia Jones, Regional Contract Specialist, Phone (925) 803-2780, Fax (925) 803-2782,
 
E-Mail Address
pxjones@bop.gov
 
Description
The Federal Bureau of Prisons, Western Regional Office, is seeking multiple qualified sources capable of providing comprehensive medical services. The medical facility shall be responsible for furnishing all necessary professional health care services, including but not limited to diagnosis, consultations, treatment, reporting, management oversight and training. The professional services required include Inpatient/Outpatient Facility Services, Inpatient /Outpatient Physician Services and Outpatient Institution Services. The services shall be provided to the Bureau of Prisons, Federal Detention Center, 351 Elliott Street, Honolulu, Hawaii, 96819. The Federal Bureau of Prisons anticipates the award of a Indefinite Delivery-Indefinite Quantity Firm Fixed price type contract resulting from this Request for Quotation. The estimated quantities are as follows for the Inpatient/Outpatient Facility Services and the Inpatient/Outpatient Physician Services; Base Year Inpatient days guaranteed minimum - 10, estimated maximum - 60, Outpatient days guaranteed minimum - 10, estimated maximum - 60 Inpatient physician days guaranteed minimum - 10, inpatient physician days estimated maximum 60, outpatient physician guaranteed minimum 10, estimated maximum 60, Option Year 1, inpatient days guaranteed minium 15, inpatient days estimated maximum 70, outpatient days guaranteed minium 15, outpatient dates estimated maximum 70, inpatient physician guaranteed minium 15, inpatient physician estimated maximum 70, outpatient physician guaranteed minimum 15, outpatient physician estimated maximum 70, Option Year 2, inpatient days guaranteed minium 20, inpatient days estimated maximum 80, outpatient days guaranteed minium 20, outpatient days estimated maximum 80, inpatient physician guaranteed minimum 20, inpatient physician estimated maximum 80, outpatient physician guaranteed minimum 20, outpatient physician estimated maximum 80, Option Year 3, inpatient days guaranteed minimum 25, inpatient days estimated maximum 90, outpatient days guaranteed minimum 25, outpatient days estimated maximum 90, inpatient physician guaranteed minimum 25, inpatient physician estimated maximum 90, outpatient physician guaranteed minium 25, outpatient physician estimated maximum 90, Option Year 4, inpatient days guaranteed minimum 30, inpatient days estimated maximum 110, outpatient days guaranteed minimum 30, outpatient days, estimated maximum 110, inpatient physician guaranteed minimum 30, inpatient physician estimated maximum 110, outpatient physician guaranteed minimum 30, outpatient physician estimated maximum 110. The Outpatient Institution Services will vary according to the Specialist required; Orthopedic Surgeon -6 visits per year, Optometrist -24 visits per year, Cardiologist - 6 visits per year, Psychiatrist - 36 visits per year, Each visit shall consist of four hours. In addition Outpatient Institution Services shall include the following: X-Ray Technician - 260 visits per year, Pharmacy Technician - 260 visits per year, Pharmacy Technician - 260 visits per year. Each visit shall consist of five hours. The above cited requirements are estimates only, and are not a representation to the Offerors that the quantities will be required or ordered. The anticipated period of contract performance will consist of a 12 month base period with four 12 month option periods for renewal. The solicitation will be available on or about 06/10/02 and will be distributed solely through the General Service Administration's Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation will not be available. The site provides downloading instructions. All future information about this acquisition, including solicitation amendments, will also 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 about this acquisition. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (02-MAY-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 07-AUG-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/BPR/60020/RFQ60020007/listing.html)
 
Place of Performance
Address: DOJ-Bureau of Prisons Federal Detention Center 351 Elliott Street Honolulu, Hawaii
Zip Code: 96819
Country: US
 
Record
SN00135759-F 20020809/020808094543 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.