SOLICITATION NOTICE
R -- Referral Management Services RFP
- Notice Date
- 9/18/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
- ZIP Code
- 20373
- Solicitation Number
- FA7014_10_R_0002
- Point of Contact
- Ty Christian, Phone: 703-681-6364, Vijayanti Nasir, Phone: 703-681-6320
- E-Mail Address
-
ty.christian@afncr.af.mil, vijayanti.nasir@afncr.af.mil
(ty.christian@afncr.af.mil, vijayanti.nasir@afncr.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This combined synopsis and solicitation, Solicitation Number: FA7014-10-R-0002, is a competitive, 100% 8(a) set-aside, that is expected to result in at least one and up to three separate contracts to provide Referral Management Services, which includes providing Registered Nurses, Licensed Practical Nurses, and Administrative staffing, for 53 Military Treatment Facilities (MTF) across the United States in support of the Air Force Medical Service. The 53 MTFs are regionalized into three regions in accordance with TRICARE's North, South and West regions. The Government will utilize Performance Price Tradeoff (PPT) source selection procedures, with technical proposals, to make an integrated assessment for a best value award decision consistent with the PPT methodology for each of these three regions. One offeror may be awarded all three regions, therefore proposals must address providing service for all three regions as one effort, with exception to pricing that shall be broken down to each region. Offerors who do not propose on all three regions will be considered non-responsive. DESCRIPTION OF REQUIREMENT. The Air Force Medical Service (AFMS) operates and manages a worldwide healthcare system to deliver medical service for more than 2.63 million eligible beneficiaries. Beneficiaries include active duty, family members and retirees during both peacetime and war. The AFMS is capable of responding to a full spectrum of anticipated health requirements and provides an integrated healthcare system from forward deployed locations through definitive care with an emphasis on prevention of illness and injury. This non-personal services requirement is to staff the Referral Management Center (RMC) at 53 Medical Treatment Facilities (MTFs), across the United States, serving as the one-stop shop for 2.2M referrals annually, from initiation until results are received. The RMC serves as the central clearing house for providers and patients needing information or referral help. Referral management is a critical program within DoD and the AFMS, supporting the patient-centered medical home model and optimizing the MTF's clinical specialty capabilities and expeditionary medicine currency platforms. REQUEST FOR PROPOSAL DUE DATE/TIME. All certified and responsible 8(a) offerors are allowed to respond to the attached Request for Proposal. Offers are due no later than 1500 E.S.T on 18 October 2010. The Offeror's proposal shall be identified as the "Original Proposal." Proposals shall be addressed to the Contracting Officer and mailed or hand carried to: AFDW/PKM Attn: Capt Ty Christian ACQUISTION DIVISION 2822 DOHERTY DR SW SUITE 310 PSC BOX 341 ANACOSTIA ANNEX DC 20373-5810 PAST PERFORMANCE QUESTIONNAIRES. Offerors will send out Past Performance Questionnaire's, included as an attachment to this RFP, to their references. The responsibility to send out the Past Performance Questionnaires rests solely with the Offeror. References should return completed questionnaires via email directly to the Contracting Officer and Contract Specialist listed below, under Questions and Points of Contact, no later than 1500 E.S.T on 8 October 2010. PERFORMANCE PERIOD. The expected performance period is as follows: Phase-in Period: 30 Jan - 28 Feb 2011 (30 Days) Base Period: 1 Mar 2011 - 29 Jan 2012 Option Year I: 30 Jan 2012 - 29 Jan 2013 Option Year II: 30 Jan 2013 - 29 Jan 2014 Option Year III: 30 Jan 2014 - 29 Jan 2015 CLAUSES AND PROVISIONS. This commercial RFP includes the following provisions and clause, it should be noted that for clarity the Uniformed Contract Format has been used: 52.212-1 Instructions to Offerors - Commercial 52.212-2 Evaluation-Commercial Items (See Sections L & M of the RFP) 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.212-4 Contract Terms and Conditions -- Commercial Items *Offerors must include a completed copy 52.212-3 Offeror Representations and Certifications -- Commercial Items with their proposal. NAICS. The NAICS information for this requirement is 541611, Size Standard: $7,000,000.00, Administrative Management and General Management Consulting Services QUESTIONS AND POINTS OF CONTACT. The Contracting Officer (CO) and Contract Specialist are the only points of contact for this acquisition. Address any questions or concerns you may have to both the CO and Contract Specialist. All questions concerning the solicitation must be submitted in writing, via e-mail, not later than 1500 E.S.T on 8 Oct 2010. Submit questions to both of the following POCs: Capt Ty Christian Contracting Officer AFDW Contracting E-mail: ty.christian@afncr.af.mil Ms. Vijayanti "Viju" Nasir Contract Specialist AFDW Contracting E-mail: Vijayanti.nasir@afncr.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014_10_R_0002/listing.html)
- Place of Performance
- Address: Place of performance is at various Military Treatment Facilities across the United States., United States
- Record
- SN02287814-W 20100920/100918233611-cb89d830f42ed464f2e75e1bb9078f3f (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 |