Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
SOURCES SOUGHT

Q -- RFI-Medical Support Units

Notice Date
4/25/2018
 
Notice Type
Sources Sought
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, Texas, 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W81K04-18-R-0MSU
 
Archive Date
5/25/2018
 
Point of Contact
Joe Watson, Phone: 2102214005
 
E-Mail Address
joe.e.watson2.civ@mail.mil
(joe.e.watson2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY; it is not a Solicitation (i.e. Request for Proposal, Request for Quotation, or Invitation for Bids) or an indication that the Health Readiness Contracting Office (HRCO) will contract for the services contained in the RFI. This RFI is part of a Government market research effort to determine the scope of industry capabilities and interest and will be treated as information only. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI are strictly voluntary and the Government will not pay respondents for information provided in response to this RFI. Responses to this RFI will not be returned and respondents will not be notified of the result of the review. If a competitive solicitation is issued, it will be announced on the Federal Business Opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that Solicitation announcement separately from any response to this announcement. This RFI does not restrict the Government's acquisition approach on a future Solicitation. RESPONSES: Respondents to this RFI are to describe their interest and ability to perform the requirements summarized below in the description of the requirement. Responses are to contain (1) company name, (2) CAGE code, (3) mailing address, and (4) primary point of contact information, to include telephone number and email address. Responses should be formatted as either MS Word (.doc) or Adobe Portable Document Format (.pdf) and should be limited to a maximum of six (6) pages. Proprietary/Competition Sensitive information (appropriately marked) will be protected from disclosure to the greatest extent practical, however it is preferred that respondents do not provide proprietary or otherwise restricted responses. No faxes, courier delivered, or telephone inquiries/submissions will be accepted. Responses should be submitted to Mr. Joe Watson, Contract Specialist at joe.e.watson2.civ@mail.mil and Ms. Liza Esmond, Contracting Officer, at liza.j.esmond.civ@mail.mil no later than 12:00 PM Central Standard Time, on 10 May 2018. DESCRIPTION OF REQUIREMENT: The Government's objective is develop a strategy to provide health care providers, clinical support and administrative personnel to support operations in Medical Support Units (MSUs) with the flexibility to perform duties in Troop Medical Clinics (TMCs), Soldier Readiness Processing (SRP), Separation History and Physical Exams (SHPE) and in local Military Treatment Facilities (MTFs). The primary duty will be to perform pre-deployment medical evaluations/screenings and re-deployment physicals. The Government envisions a pool of candidates who have completed their security background checks and are credentialed/privileged who would be available to start duty within a specified number of days after notification for a duration of 2 weeks to 52 weeks or longer. During surges in workload, hours of the MSU may be extended to provide services 16 hours per day or more to include weekends. The Government also envisions the health care providers, clinical support and administrative personnel would be activated to support MSU training exercises lasting 2 weeks to 60 days. The anticipated sites of performance are: Fort Bliss; Fort Hood, Fort Dix; Fort McCoy; Fort Knox; Camp Atterbury; Fort Stewart; Camp Shelby; and Fort Lewis-McChord. Potential labor categories required: • Physician Assistants • Nurse Practitioners • Medical Laboratory Technicians • EENT Technicians (Audiology and Optometry) • Certified Nurse Assistants • Licensed Vocational Nurses • Dentists • Pharmacist • Pharmacy Technicians • Medical Support Assistants The goals of the RFI: • Gain knowledge of common business practices for contingency health care workers and administrative personnel. • Obtain feedback regarding feasibility of the described contingency requirement (challenges, limitations, costs, etc). QUESTIONS FOR INDUSTRY: The Government desires that respondents offer their experience and recommendations on the following questions related to contingency health care worker and administrative personnel services. (1) What is the feasibility of having a pool of health care providers who have completed security screening and the credentialing/privileging process and are available to report to duty within a specified number of days? Explain. (2) What would be the minimum number of days required between notifications and reporting to duty? (3) What is the feasibility of contingency health care providers, clinical support and administrative personnel supporting MSU training exercises lasting 2 weeks to 60 days then returning to inactive status? (3) Potential labor categories are Physician Assistants, Nurse Practitioners, Medical Laboratory Technicians, Audiology and Optometry Technicians, Certified Nurse Assistants, Licensed Vocational Nurses, Dentists, Pharmacists, Pharmacy Technicians and Medical Support Assistants. Do you anticipate a challenge recruiting for any of these labor categories? If yes, identify the categories that may be a challenge to recruit. (4) Anticipated sites are Fort Bliss; Fort Hood, Fort Dix; Fort McCoy; Fort Knox; Camp Atterbury; Fort Stewart; Camp Shelby; and Fort Lewis-McChord. Based on your experience do you anticipate difficulty recruiting in any of these locations? If yes, identify the locations that may create a challenge. (5) Would you be able to fill positions locally or would you have to bring in personnel from other locations? Would travel expenses be expected to be incurred for any of the locations? (6) What is your company's primary NAICS code? What NAICS code would you anticipate for a requirement for services necessary to meet the Government's objective? (7) What type of pricing structure would best meet the Government's objective? Should incentives be considered and if yes, identify the proposed incentives. (8) Should the Government publish a formal solicitation, do you anticipate any challenges preparing a competitive price proposal to provide services based on some or all of the characteristics described above. Do you anticipate any perceived barriers to competition? If so, please specify. (9) Do you have any comments on the requirements described above? If so, please specify.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-18-R-0MSU/listing.html)
 
Place of Performance
Address: Health Readiness contracting Office (HRCO), 2199 Storage Street, Suite 68, JBSA-Ft. Sam Houston, Texas, 78234, United States
Zip Code: 78234
 
Record
SN04899970-W 20180427/180425230554-27e54b2c634e53a6ca1c5ad70ef3a004 (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  © 1994-2020, Loren Data Corp.