Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOLICITATION NOTICE

Q -- Referral Management Center (RMC) Clerk Services for the 8th Medical Group at Kunsan Air Base, Republic of Korea

Notice Date
4/19/2023 12:37:42 PM
 
Notice Type
Presolicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
W40M RHCO PACIFIC TRIPLER AMC HI 96859-5000 USA
 
ZIP Code
96859-5000
 
Solicitation Number
W81K0223Q0087
 
Response Due
4/29/2023 1:00:00 PM
 
Archive Date
09/30/2023
 
Point of Contact
Scott Saito, Phone: 8084385117
 
E-Mail Address
scott.k.saito.civ@health.mil
(scott.k.saito.civ@health.mil)
 
Description
The Medical Readiness Contracting Office � Pacific (MRCO-P) intends to issue a solicitation for a firm fixed-price, non-personal services contract for Referral Management Center (RMC) Clerk Services to support TRICARE Operations and Patient Administration (TOPA) Flight Staff at the 8th Medical Group (8 MDG), Kunsan Air Base, Republic of Korea.� This requirement is for a period of performance from 01 July 2023 � 30 June 2024 (Base Period), with four (4) one-year option periods. Required qualifications includes but is not limited to: (1) The contractor shall provide Referral Management Center (RMC) Clerk Services in accordance with the Performance Work Statement (PWS).� (2) The contractor shall provide medical referral management center (RMC) services and administrative support for the Medical Treatment Facility (MTF) staff and beneficiaries. The contractor shall ensure patient flow is optimized by processing their referrals to specialty care. The contractor shall maintain or assist with a variety of health record storage and retrieval systems. The contractor shall participate with TRICARE Operations Patient Administration (TOPA) Flight staff in providing, assessing, and improving a wide variety of customer services and relations. Performance shall be according to the requirements contained in this PWS, and professional standards of the Accreditation Association for Ambulatory Health Care (AAAHC). (3) Education:� High School Diploma or General Educational Development (GED) equivalency, or completion of a ROK Ministry of Education accredited secondary education program.� Also acceptable is proof of completing any higher education program producing a degree or diploma.� Programs which only provide professional certifications do not meet this requirement. (4) Contract personnel shall be able to read, comprehend/understand, speak, and write English fluently. English proficiency shall be verified through submittal of a TOEIC score above 750, or a college transcript showing completion of an English course, or completion of any higher education program in residence in the United States, or verifiable employment with the US Government for a period of no less than 1 year within the last 5 years. (5) Experience:� Contract personnel shall have at least 2 years of continuous employment with a single company, working in an administrative capacity (business, healthcare, clerical, etc.). NOTICE TO OFFERORS: All sources may submit a quote as applicable.� However, the Republic of Korea (ROK)-United States (U.S.) Status of Forces Agreement (SOFA), may preclude the U.S. Government from granting Invited Contractor or Technical Representative Status to any offeror, for this requirement.� All sources submitting a quote, including U.S. sources, must already have OR confirm their ability to obtain the requisite business licenses directly from the ROK Government, and conduct business in accordance with all applicable ROK laws, including but not limited to, rules and policies regarding labor, taxation, and immigration.� If an initial quote does not fully demonstrate this authorization and capacity, it will not be further considered for award.� Whether an offeror demonstrates this authorization and capacity shall be determined by the Contracting Officer. The proposed acquisition will be full and open competition. The NAICS code for this proposed procurement is 561110 and the annual size standard is $12.5M.� No paper copies of the solicitation will be issued and no solicitation mailing list will be compiled.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e480b425a2b54555a5263f2a6344c6a6/view)
 
Place of Performance
Address: KOR
Country: KOR
 
Record
SN06655487-F 20230421/230419230113 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.