Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2008 FBO #2370
SOLICITATION NOTICE

Q -- Nursing Services

Notice Date
5/21/2008
 
Notice Type
Presolicitation
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Center for Health Care Contracting, Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W81K0408R0021
 
Response Due
8/14/2008
 
Point of Contact
Liza Esmond, 210-221-3699
 
Small Business Set-Aside
Total Small Business
 
Description
Nursing Services (Nurses, Medical Assistants, and Physician Assistants). The Center for Health Care Contracting, US Army Medical Command (MEDCOM) Health Care Acquisition Activity (HCAA), Fort Sam Houston, Texas, intends to award multiple award multiple task order (MATO) indefinite delivery indefinite quantity (IDIQ) contracts for Nursing Services. This acquisition is 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code is 621399 and the small business size standard is $6.5 Million. At least two awards will be made for each of the five MEDCOM Regional Medical Commands (RMCs) as follows: North Atlantic RMC (Connecticut, New Hampshire, Rhode Island, Delaware, Kentucky, Maine, New Jersey, Maryland, New York, District of Columbia, Vermont, Massachusetts, N Carolina, Virginia, Illinois, Michigan, Ohio, W Virginia, Indiana, Minnesota, Pennsylvania, and Wisconsin); Southeast RMC (Alabama, Georgia, S Carolina, Florida, Mississippi, Tennessee, Puerto Rico, and Virgin Islands); Great Plains RMC (Arizona, Louisiana, North Dakota, Wyoming, Arkansas, Missouri, Oklahoma, Colorado, Montana, South Dakota, Iowa, Nebraska, Texas, Kansas, New Mexico, and Utah), Western RMC (Alaska, Idaho, Oregon, California, Nevada, Washington); and Pacific RMC (Guam and Hawaii). Specialties, quantities, place of performance, prices, and work statements will be determined by task order. Task orders will be for personal services. Task orders may be issued on a firm-fixed price, fixed-price with economic price adjustment, or labor-hour basis. Contracts will include cost reimbursable line items for travel and other miscellaneous costs. To be eligible for award, offerors must be registered in the Central Contactor Registration program, have an adequate accounting system and adequate financial condition as determined by the Defense Contract Audit Agency (DCAA) or other federal audit agency, have or be able to obtain adequate financial resources, have an acceptable Organizational Conflict of Interest (OCI) Mitigation Plan, and meet all requirements of the solicitation. The Federal Acquisition Regulation 2.101 defines an OCI as a situation where because of other activities or relationships with other persons, a person is unable or potentially unable to render impartial assistance or advice to the Government, or the persons objectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitive advantage. Offerors who have not had their accounting system and financial condition reviewed by DCAA are encouraged to contact the contracting officer at thomas.chippie@us.army.mil, as soon as possible but not later than solicitation closing date and preferably not later than five days after the Preproposal Conference to initiate an accounting system and/or financial condition review. Include companys full name, address where accounting records are held, point of contact and phone number, cognizant DCAA office, whether proposing as prime or team member, and audit being requested. Contract performance period will be date of award through 12 months from date of award with four 1-year option periods to follow. The government anticipates release of the solicitation (W81K04-08-R-0021) on or about 30 days after publication of this notice and will be available for downloading at https://acquisition.army.mil/asfi/. Paper copies of this solicitation will not be issued and telephone requests or fax requests will not be accepted. All responsible sources may submit a proposal which shall be considered. See Numbered Note 1.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=45ddb49c47fd39b492296b6f03c2fe3e&tab=core&_cview=1)
 
Place of Performance
Address: Center for Health Care Contracting ATTN: MCAA C BLDG 4197, 2107 17TH Street Fort Sam Houston TX
Zip Code: 78234-5015
 
Record
SN01578573-W 20080523/080521221129-45ddb49c47fd39b492296b6f03c2fe3e (fbodaily.com)
 
Source
FedBizOpps 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.