Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2009 FBO #2715
SOLICITATION NOTICE

R -- Healthcare Accreditation Services

Notice Date
5/1/2009
 
Notice Type
Modification/Amendment
 
NAICS
813920 — Professional Organizations
 
Contracting Office
Department of Justice, Bureau of Prisons, Acquisitions Branch, 320 First Street, NW, Washington, District of Columbia, 20534
 
ZIP Code
20534
 
Solicitation Number
RFQ-NAS-0179-2009
 
Archive Date
12/30/2009
 
Point of Contact
Linda D Townsel,, Phone: 202-616-6150, Donald G Sinsel,, Phone: 202-616-6150
 
E-Mail Address
ltownsel@bop.gov, gsinsel@bop.gov
 
Small Business Set-Aside
N/A
 
Description
THIS IS AN AMENDED PRE-SOLICITATION NOTICE. The Federal Bureau of Prisons (BOP), National Acquisition Section, Washington, D.C., intends to make a single award contract for Healthcare Accreditation Services. However, the BOP reserves the right to make multiple award if it is determined to be in the best interest of the Government. The contract type will be an indefinite delivery, requirements type contract with firm-fixed unit prices. The acquisition is being conducted under Federal Acquisition Regulation (FAR) Part 12 and 13.5 and the North American Industrial Classification (NAICS) code is 813920. This solicitation will be issued as full and open competition. The contract period will consist of a one-year base period and four one-year option periods for renewal at the discretion of the Government. There are 82 institution sites for Care Level II of which 68 sites have ambulatory care programs. Eight of the 68 sites have more than one institution. There are 15 institution sites for Care Level III and IV of which ten (10) sites have ambulatory care, hospital, laboratory, long term care, and behavioral health programs. Three (3) of the ten (10) sites have more than one institution. Care Level II sites have ambulatory care programs and some sites also provide on-site dental service, on-site pharmacy service, and radiology services. Care Level II sites require the following healthcare accreditation services: a) On-Site Survey; b) Annual or Three (3) Year Accreditation Renewal; c) Unannounced Survey; and d) Initial Accreditation Survey. Care Level III and IV sites have ambulatory care, hospital, laboratory, long-term care, and behavioral health programs, as well as providing on-site dental services, on-site pharmacy services, on-site radiology services, and either a Clinical Laboratory Improvement Act (CLIA) Waived or Moderate Complexity laboratory, and pathology services. Care Level III and IV sites require the following healthcare accreditation services: a) On-Site Survey; b) Annual or Three (3) Year Accreditation Renewal; c) Hospital Survey; d) Laboratory Survey; e) Long-Term Care Survey; f) Behavioral Health Survey; and g) Initial Accreditation Survey. All services associated with this requirement shall be provided by a nationally recognized Healthcare Accreditation Organization. The solicitation will be made available on or about May 5, 2009, and will be distributed solely through the Federal Business Opportunities website at www.fbo.gov. Hard copies of the solicitation will not be available. All future information concerning this acquisition, including solicitation amendments, will be distributed solely through this website. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this acquisition. All contractors doing business with the Federal Government must be registered in the Central Contractor Registration (CCR) database. The website for registration is www.ccr.gov. The date for receipt of quotations is on or about May 26, 2009; however, this is a projected estimated due date and quoters should refer to page of the solicitation (Block #8) for the actual date quotations are due. Faith-based and community-based organizations can submit offers/bid/quotations equally with other organizations for contracts for which they are eligible.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4e21818846a979b61da216fb44f361f2&tab=core&_cview=1)
 
Place of Performance
Address: Various BOP locations throughout the contiguous United States, Hawaii and Puerto Rico, United States
 
Record
SN01807154-W 20090503/090501221836-4e21818846a979b61da216fb44f361f2 (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.