Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 20, 2014 FBO #4471
SOURCES SOUGHT

Q -- FEMA NURSING STATION

Notice Date
2/18/2014
 
Notice Type
Sources Sought
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Region IV, 3003 Chamblee Tucker Road, Atlanta, Georgia, 30341, United States
 
ZIP Code
30341
 
Solicitation Number
HSFE04-14-R-00001
 
Archive Date
3/12/2014
 
Point of Contact
ShaMona Avery, Phone: 7702205623, Annette R Wright, Phone: 7702205663
 
E-Mail Address
shamona.avery@dhs.gov, annette.wright@fema.dhs.gov
(shamona.avery@dhs.gov, annette.wright@fema.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
A. Introduction The following is a Request For Information (RFI). This synopsis is for information and planning purposes and does NOT constitute a request for proposal (RFP). It is issued under the authority of FAR 15.201 ("Exchanges of information before receipt of proposals"). B. Program Description The Federal Emergency Management Agency (FEMA) will establish up to one (1) nursing station facility in Atlanta, Georgia to evaluate a one year proof of concept initiative focused on improving the employee health and wellness of FEMA personnel. This initiative will utilize nurse practitioners (NPs) and /or physician assistants (PAs). C. Desired Tasks and Deliverables: FEMA is seeking NPs and/or PAs qualified to staff the nursing station screening facility and perform the following duties: 1) Provide occupational health support to FEMA personnel for wellness-checks and acute conditions, as appropriate. 2) Administer vaccinations to FEMA employees and others as directed to ensure the health of the employees 3) Collect and report identified data related to the medical care provided and screening station operations for FEMA analysis. D. Places of Performance: 1) Atlanta, Georgia E. Questions for the respondent: 1) Describe any applicable past performance the contractor has regarding the RFI tasks and deliverables (including customer, location, scope, dates of performance and reference POC with contact information, if possible) 2) Provide an estimated personnel quantity to fulfill the requirements 3) Identify what GSA or other Federal Supply Schedule the contractor has for applicable services. 4) Identify any socio-economic set-asides the contractor qualifies for, such as HUBZone, SDVOSB, 8(a), WOSB, small business, etc. 5) Identify how the contractor would staff the requirement 6) Identify whether contractor has personnel resources currently in the geographical region identified in the place of performance 7) Identify the duration of time contractor would need to staff personnel fully at screening facility location from date of award 8) Identify whether personnel would have to be relocated to meet the requirements 9) Provide a statement that ensures medical personnel identified will be credentialed to provide care in Georgia 10) Identify whether the contractor intends to have teaming partners in order to fulfill the requirements F. INFORMATION AND INSTRUCTIONS: 1. All nurse practitioners (NPs) and/or physician assistants(PAs) capable of providing these services are invited to respond. Any information provided to the government as a result of this RFI is voluntary and the Government will not pay for any information submitted. Respondents are requested to submit capability packages electronically, as described below. a. Capability packages shall be one electronic copy. Capability packages should be in MS Office format (Word, Excel or PowerPoint), or Adobe pdf format, and should not exceed 5MB on one email. All packages shall contain UNCLASSIFIED material only. b. Capability packages should not exceed 10 pages, each single side counting one page, 8.5 x 11 inch, with one-inch margins, and font no smaller than 12-point Times New Roman. All capability packages must be received no later than 1700 hours (Eastern Standard Time) on 25 February 2014. c. Capability package responses should be sent via email to Shamona.Avery@fema.dhs.gov and Annette.wright@fema.dhs.gov 2. Respondents must include the following information within their statement of capability packages: a. Company Information: provide company name, address, a point of contact with e-mail address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), business size, and security clearance level. Your company must be registered in System for Award Management, SAM. To register, go to: https://www.sam.gov/. b. Small Business: small business respondents to this announcement should indicate whether the respondent is a small business, 8a concern, veteran-owned small business, service-disabled veteran owned small business, HUB Zone small business, small disadvantaged business, women-owned small business, or historically black college or university (HBCU) or minority institution(MI) (as defined by the clause at FAR 52.226-2). c. Small businesses are encouraged to submit responses even if your experience is primarily that of a specialized subcontractor. G. CAPABILITY PACKAGE AND EVALUATION: Interested Businesses should provide a capability package describing corporate experience in managing recent (within the past 3 years) requirements similar in size and scope to the activities described in this RFI. Performance information should also include dollar value, performance period, point of contact information for verification purposes and description of the requirement. The Government will identify competitive companies by evaluating their capability packages using potential offerors ability to accomplish the tasks in Section C. H. GOVERNMENT RESPONSIBILITY: This RFI should not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach. Any information submitted by respondents to his sources sought is strictly voluntary. All questions and comments on this synopsis shall be submitted via e-mail to Shamona.avery@fema.dhs.gov or Annette.wright@fema.dhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/RegIV/HSFE04-14-R-00001/listing.html)
 
Place of Performance
Address: 3003 Chamblee Tucker Rd., Atlanta, Georgia, 30341, United States
Zip Code: 30341
 
Record
SN03290681-W 20140220/140218234725-d4a9d241ed63e5d5f3571f4f8775c2c4 (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.