Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2016 FBO #5259
MODIFICATION

Q -- Medical Staffing Services - Amendment 5

Notice Date
4/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DM, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
HSCEDM-16-R-0002
 
Response Due
4/14/2016 11:00:00 AM
 
Point of Contact
Linda D. Applewhite, , Brandon Harrell,
 
E-Mail Address
linda.applewhite@ice.dhs.gov, Brandon.Harrell@ice.dhs.gov
(linda.applewhite@ice.dhs.gov, Brandon.Harrell@ice.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Updated J-2 Corrected J-13 SF 30 ICE Health Services Corps (IHSC) has a continuing requirement to provide ICE residents and detainees access to medical, dental, and mental health care that are within the scope of services generally provided by IHSC. This solicitation is for on-site medical support at twenty-one various clinic sites. Medical services must support 24 hours a day, 7 days per week, and 365 calendar days per year operations. In addition, administrative support is required at one headquarters location in Washington, DC with standard operating hours. The NAICS code is: 621999 -- All Other Miscellaneous Ambulatory Health Care Services with a small business standard of $15M. This RFP is unrestricted, and all qualified and interested parties may respond. Current Clinic Locations are as follows: Alexandria, LA; Berks, PA; Buffalo, NY; Dilley, TX; El Paso, TX; Elizabeth, NJ; Eloy, AZ; Florence, AZ; Houston, TX; Jena, LA; Miami, FL; Los Angeles, CA; Manhattan, NY; Pearsall, TX; Port Isabel, TX; San Diego, CA; Santa Ana, CA; Stewart, GA; Tacoma, WA; Taylor, TX; York, PA This solicitation is a commercial procurement utilizing FAR Part 12 and FAR Part 15 procedures. ICE intends to award a Labor Hour type contract for this effort utilizing FAR Part 15 procedures. The awarded contract will include a base period of one (1) year and four (4) one-year options for a total potential period of performance of five (5) years and six (6) months including the 6-month extension provided for under FAR 52.217-8, Option to Extend Service. ICE expects to award a single contract as the result of this solicitation. Questions may be submitted by 11:00am, March 16, 2016 following the procedures specified in the RFP. A pre-proposal conference will be held on March 18, 2016 from 10:00 a.m. to 12:00 p.m. at the DHS/ICE Headquarters - Potomac Center North (PCN) Building - which is located at 500 12th Street, SW, Washington, DC. Attendance at this conference is not mandatory. Due to space constraints, only four (4) people per potential offeror (i.e., to include prime contractors, and/or subcontractors) will be allowed to attend. All vendors who plan to attend the pre-proposal conference should RSVP by e-mail to OAQDCRSW@ice.dhs.gov no later than 4:00 p.m. on March 16, 2016. The following information must be provided: name of organization, address, name(s) of individuals attending (no more than 4), position titles of those attending, and an e-mail address and telephone number for the primary point of contact. Due to heightened security measures, attendees should plan to arrive at least fifteen (15) minutes prior to the start time. All vendors must report to the PCN Security Desk upon arrival and be prepared to show a valid picture identification e.g., driver's license, government/military ID, passport) in order to sign-in and receive a visitor's badge. All vendors will be escorted to Room 1018 of the Julie L. Meyers Conference Center. FAR 4.11 System for Award Management requires that all prospective contractors doing business with the Department of Homeland Security be registered in the System for Award Management (SAM). SAM may be accessed at http://www.sam.gov/. Offerors must have a DUNs Number or have the ability to obtain one prior to proposal submittal. The entire solicitation will be issued electronically at the Federal Business Opportunities (FedBizOpps) website: https://www.fbo.gov/ Paper copies will not be available. The solicitation, attachments, and specifications will only be available by downloading the documents from the FedBizOpps website. All prospective Offerors are responsible for obtaining the solicitation, any amendments, or any other information from the FedBizOpps website. It is the Offeror's responsibility to check the website for any posted changes to the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-DM/HSCEDM-16-R-0002/listing.html)
 
Record
SN04085629-W 20160417/160415234335-5231db78e2b01634aa978fe5c47b9321 (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.