Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 06, 2019 FBO #6524
SOURCES SOUGHT

Q -- Occupational Health Services for Yakima Training Center, WA - Performance Work Statement (PWS)

Notice Date
10/4/2019
 
Notice Type
Sources Sought
 
NAICS
621340 — Offices of Physical, Occupational and Speech Therapists, and Audiologists
 
Contracting Office
Department of the Army, US Army Medical Command, REGIONAL HEALTH CONTR OFC PACIFIC, ATTN: MCAA PC, BLDG 339 CLARK ROAD, FORT SHAFTER, Hawaii, 96858-5098, United States
 
ZIP Code
96858-5098
 
Solicitation Number
W81K02-20-Q-0003
 
Archive Date
11/19/2019
 
Point of Contact
Alfonso Nolasco, Phone: 3604860730
 
E-Mail Address
alfonso.nolasco.civ@mail.mil
(alfonso.nolasco.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS OHS at YTC The Joint Base Lewis McChord Health Contracting Cell (JBLM-HCC) is conducting a Sources Sought for Market Research purposes only. There is no solicitation available at this time. Requests for solicitation will receive no response. This requirement is for an off-base provider of comprehensive Occupation Health Services (OHS) for Yakima Training Center (YTC) job candidates and current employees (i.e., post-offer pre-placement exams, and annual certification and medical surveillance exams) that previously had received services on JBLM through the Madigan Army Medical Center (MAMC) Occupational Health Clinic. All services will be performed at the provider's facility. Facility must be located within 75 miles of YTC, WA 98901. The estimated numbers of Department of the Army employees who will need evaluations is 160 per year. JBLM-HCC has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. JBLM-HCC anticipates a Firm Fixed Price contract for a base year with four 1-year options will be awarded. JBLM-HCC anticipates an award will be made prior to 30 December 2019 with performance beginning 1 January 2020. Information is being collected from all potential sources at this time. The Government will not answer any questions. Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The National American Industry Classification System (NAICS) code for this action is 621340 Offices of Physical, Occupational & Speech Therapist & Audiologist. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. All interested parties shall submit a capabilities package. The capabilities package should be BRIEF and concise, yet clearly demonstrate an ability to meet the stated requirements as stated in Attachment 1 Performance Work Statement Occ Health Services at YTC. Interested contractors will clearly explain how they intend to meet the stated requirements. Your statement of capabilities should include the following: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and Small business size certification, if applicable. Please submit one (1) electronic copy of your response to alfonso.nolasco.civ@mail.mil. Statements should be submitted no later than Mon, 4 Nov 2019 at 12:00 (Noon) PM Pacific. The Government will not answer any questions. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. See Attachment: Performance Work Statement Occ Health Services at YTC
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA16/W81K02-20-Q-0003/listing.html)
 
Record
SN05468762-W 20191006/191004230444-a2a515e9cf976230f36bde74bf2f4329 (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.