Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 10, 2015 FBO #4885
SOURCES SOUGHT

Q -- Mobile Medical and Dental Services

Notice Date
4/8/2015
 
Notice Type
Sources Sought
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-8104
 
ZIP Code
93403-8104
 
Solicitation Number
W912LA-15-T-0013
 
Response Due
4/17/2015
 
Archive Date
6/7/2015
 
Point of Contact
Uriel Ramirez, 9163694968
 
E-Mail Address
USPFO for California
(uriel.ramirez7.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Date Published: April 8, 2015 Contact: USPFO for California, Purchasing and Contracting, 10620 Mather Blvd, Mather, CA 95655. POC: SFC AMBER MILTON, 805-594-6313, AMBER.C.MILTON.MIL@MAIL.MIL Synopsis: ESTABLISHMENT OF A MEDICAL-DENTAL CONTRACT FOR THE CALIFORNIA ARMY NATIONAL GUARD, STATE SURGEON'S OFFICE THIS SOURCES SOUGHT IS BEING ISSUED FOR PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED AS OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE CALIFORNIA NATIONAL GUARD WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTED PARTIES RESPONDING TO THIS SOURCES SOUGHT. THE INTENT OF THIS NOTICE IS TO IDENTIFY QUALIFIED SMALL BUSINESS (SB) CONCERNS, CERTIFIED 8(A), HUBZONE, WOMAN OWNED, AND SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES (SDVOSB) CAPABLE OF PERFORMING THE REQUIREMENTS DESCRIBED BELOW. The North American Industry Classification System (NAICS) code for this effort is 621399 and the Small Business Administration (SBA) size standard is $7.5 million. The purpose of this synopsis is to gain knowledge of potential sources for this project including interested Small Business sources. This notice is for planning purposes only. All interested parties should respond. USPFO for California, Purchasing and Contracting may issue a solicitation and award of a contract to quote mark Medical-Dental Service Contract quote mark, subject to availability of funds. The magnitude of this project is between $7.5 million to $15 million. All interested concerns will provide this office, in writing, a notice stating their positive intention to submit a proposal as a prime contractor no later than 4:00 PM PST on Friday, April 17, 2015. When practical, contractor is expected to combine medical and dental services. It is the contractor's discretion whether the same facilities will be used for both the medical and the dental aspects of their services. The Contractor shall provide mobile medical/dental facilities that are HIPAA, Privacy Act, OSHA & ADA compliant, and operate in a stand-alone environment. Facilities shall have; full treatment functionality consistent with traditional, fixed-site, private practice dental/medical offices. This includes non-portable and professional quality dental chairs, compressor systems, vacuum systems, and treatment instruments for fillings, extractions, root canals, and other authorized treatment by NGB. All Mobile Facilities shall: be OSHA, ADA, HIPAA and Privacy Act compliant; have private exam rooms; have a sterilization area with an eye-wash station; have biohazard separated work areas; have a significant sized reception area with full office capabilities; be maintained at a comfortable temperature level; be functionally self-contained whereby no additional space is required inside military buildings; contain OSHA approved walls for scatter radiation protection; have sterilization equipment in separate sterilization area; have fully functional standard dental chairs; have a ventilation system on-board to minimize air-borne pathogens; provide x-ray protection apron (with thyroid shield) for SMs being exposed to diagnostic radiation. Mobile practices must have capability for real-time, point-of-service e-PHA, DOEHRS, and MEDPROS upload. This requires the contractor to have high-speed, broadband or satellite communications channel. The contractor must provide event managers and support staff equipped with the military common access card (CAC). Workstations with barcode scanning capability to ensure high quality standards of data entry are required. The Contractor shall provide all management, labor, qualified personnel, material, equipment certifications and supplies necessary to perform the medical/dental services to support the CAARNG's needs. The Contractor shall perform mobile medical/dental services that require knowledge of federal, state, and/or local regulations and statuettes, as well as Army, DoD, and National Guard regulations and other documentation. In addition, the Contractor shall support the CAARNG mission by ensuring quality assurance of its products and services. Contractor employees shall perform only those services and only during periods covered by the BPA. No other services and only Government business may be conducted on Government premises. The contractor shall conduct PHAs as directed by the US Army Office of the Surgeon General (OTSG), in accordance with AR 40-501. The contractor shall conduct specialty and flight exams in accordance with AR 40-501 and applicable ATBs and APLs. Flight surgeon review and validation, as necessary, will be conducted by, and at the discretion of, the CAARNG State Surgeon's Office. The contractor shall conduct physicals in the mobile health practice or portable-equipment set-up. The contractor shall conduct vision testing in accordance with AR 40-501 and applicable ATBs and APLs. The contractor shall conduct audiometry in accordance with AR 40-501. Audiometry must be DOEHRS-compatible. Audiology evaluations and Speech Recognition In Noise Test (SPRINT) will be performed IAW all applicable Federal, DoD, MEDCOM, NGB, and State guidelines. The contractor must have DOEHRS and hearing conservationist mobile health practices that have sound-deadening material and construction to comply or exceed standards set so that the hearing test is compliant. The contractor shall conduct immunizations in accordance with AR 40-562 and other pertinent guidelines. Immunizations shall include, but not be limited to: Influenza, yellow fever, typhoid, tetanus-diphtheria, and hepatitis-A, hepatitis-B, and polio. The contractor shall conduct all phlebotomy services such as HIV blood draws, G6PD testing, pregnancy testing, Pap smear testing, and lipid profiles in accordance with AR 40-501 for an undetermined number of soldiers at undetermined facilities throughout the State of California, which will be identified in each delivery order. HIV specimens will be handled in accordance with the guidelines of the laboratory that is currently under contract with NGB for testing. The contractor shall utilize the shipping method as designated by the NGB HIV contractor. The contractor shall conduct DNA collection in accordance with AR 40-501 for an undetermined number of soldiers at undetermined facilities throughout the State of California, which will be identified in each delivery order. The contractor will utilize supplies and procedures as specified by the CAARNG State Surgeon's Office for all DNA testing. All dental staff must meet and provide proof of meeting all industry credentialing and licensing standards of accepted equivalence by the California Board of Examiners. However, they do not need to be licensed in the State of California specifically as AR 40-68 provides that an unrestricted, unencumbered, full-fee license from any US state or territory, once validated, is legitimate as part of the credentialing process provided they are working within State or Federal property. All contract employees requiring professional licensing/certification shall be subject to spot check by representatives of the CAARNG State Surgeon's Office to ensure that the appropriate license and CPR card on the contract employee's person. The contractor's safety program shall include equipment training, occupational safety, health and fire protection guidance to ensure the protection and health of all work personnel. Due to the size of the CAARNG force and need for very large, short-termed events, contractor shall be able to provide a fleet of a minimum of 10 mobile health practices in order to accommodate multiple large events simultaneously. Due to the nature of many drill weekends, annual training events, and a busy schedule for soldiers, mobile health practices must have the ability for rapid movement in case of emergency, change of schedule, or event location change. Placement and movement of mobile health practices need to be conducive to the serviced unit's training schedule. Contractor must be able to respond with 2 weeks' notice anywhere within California. Towns and cities shall include but are not limited to: Atascadero Auburn Azusa Bakersfield Banning Bell Burbank Chico Dublin El Cajon Escondido Eureka Fairfield Ft. Irwin Fresno Glendale Inglewood Long Beach Mather Modesto National City Oceanside Ontario Orange Oroville Pittsburg Redding Riverside Roseville Sacramento San Bernardino San Diego San Francisco San Jose Los Alamitos Madera San Lorenzo San Luis Obispo San Mateo San Pedro Santa Barbara Santa Cruz Santa Rosa Seaside Stockton Turlock Van Nuys Vallejo Visalia Walnut Creek This notification, which shall not exceed five typewritten pages, must include a (1) positive statement of intent to bid as a prime contractor, and (2) a completed and signed Source Sought Information Request Form ATTACHED and (3) A listing of projects completed during the past three years, both for government and private industry. The type of project, dollar value, contract number, location, and Point of Contact must be included. Indicate if you were a prime or a subcontractor, and if a subcontractor, provide the name and Point of Contact for the prime contractor. (4) A brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract. In the event adequate Small Business contractors are not available for adequate competition for this project, it may be advertised as unrestricted. Information shall be provided via email to: amber.c.milton.mil@mail.mil, no later than 4:00 PM PST on Friday, April 17, 2015. Include the following in the subject line- Sources Sought MEDICAL-DENTAL SERVICE CONTRACT. No facsimile responses will be honored. This market research is for informational and planning purposes only. The Government will not pay any costs for responses submitted. Failure to submit all information requested may result in a contractor not being considered as an interested Small Business. All service-disabled veteran owned small businesses, certified HUB Zone small businesses, Woman Owned small businesses, and certified 8(a) small businesses are encouraged to respond. Upon review of industry response to this sources sought synopsis, the Government will determine whether set-aside acquisition in lieu of full and open competition is in the Government's best interest.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA-15-T-0013/listing.html)
 
Place of Performance
Address: USPFO for California 10620 Mather Blvd Sacramento CA
Zip Code: 95655
 
Record
SN03693028-W 20150410/150408234754-fb0cecbbb31016be224159bdff3ac278 (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.