Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 09, 2023 SAM #7864
SOURCES SOUGHT

Q -- Health Care Units

Notice Date
6/7/2023 2:48:53 PM
 
Notice Type
Sources Sought
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
JMD-PROCUREMENT SERVICES STAFF WASHINGTON DC 20530 USA
 
ZIP Code
20530
 
Solicitation Number
15JPSS23R00000060
 
Response Due
6/15/2023 1:00:00 PM
 
Archive Date
07/15/2023
 
Point of Contact
Jennifer M. Thompson
 
E-Mail Address
jennifer.thompson@usdoj.gov
(jennifer.thompson@usdoj.gov)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or request for proposal and no contract will be awarded from this notice. This Sources Sought is being released pursuant to the Federal Acquisition Regulations (FAR) Part 10 Market Research. The information collected through the process is considered to be market research as described by FAR 2.101 and in accordance with FAR 10.002. This is NOT a Request for Proposal (RFP) or Request for Quotation (RFQ), and nothing shall be construed herein or through the Sources Sought process to commit or obligate the Federal Government (Government) to further action. The Government does not intend to award a contract on the basis of this sources sought or to otherwise pay for the information. In addition, vendors responding to this request for information shall bear all risks and expenses of any resources used to provide the requested information. The submission of capability information in response to this market survey is purely voluntary. Although ""proposal"" and ""offeror"" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal but rather a short statement regarding the company�s ability to demonstrate existing, or developed, expertise and experience in relation to this project. The Department of Justice (Department and/or DOJ), Human Resources Staff is issuing this Sources Sought to identify qualified and responsible vendors who possess the experience and resources to conduct a comprehensive program of occupational health and wellness as well as provide emergency only medical services to personnel and visitors. The Government does not intend to issue a contract for these services as a result of this announcement. The applicable North American Industry Classification System (NAICS) code assigned to these proposed services is 621999 All Other Miscellaneous Ambulatory Health Care Services, which has a size standard of $20.5 million average annual receipts.� Background: The United States Department of Justice (Department or DOJ), Justice Management Division, Offices, Boards, and Divisions, is committed to and responsible for health services sensitive to the needs of employees at work locations covered under this contract.� This contract covers three (3) health units located throughout Washington, D.C. metropolitan area. As a general overview, the services provided by the DOJ Health Unit(s) under this contract include emergency treatment, preventive health screening examinations, general medical services that help keep employees at work, and the administration of allergy shots and other immunizations. Statement of Work: Scope.� The contractor shall provide the necessary personnel, management, supervision and supplies to conduct a comprehensive program of occupational health and wellness which includes, but is not limited to on-the-job injuries or illnesses, various screenings, health risk appraisals, examinations, health fitness, employee assistance programs, profiles and counseling, as described in the following sections for the Department of Justice (DOJ). The contractor shall also provide emergency only medical services for other contract personnel and visitors at all of the locations specified in this contract, as required. Description of Services.� The contractor shall provide a wide range of non-emergency and emergency occupational health care including, but not limited to, direct medical treatment, physical examinations, prevention and wellness services such as, counseling in nutrition, fitness, and stress management. Every effort shall be made to meet the needs of the employee while on the job or until outside medical attention can be obtained. The proposed contract will contain a base period of 12 months with four (4) 12-month options. Instructions for Submission of Responses. Interested firms who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice. All Small Business Firms are encouraged to respond.� Respondents will NOT be notified of the results of the evaluation. Total shall not exceed 8 pages.� Page limitations are based on one side of 8.5"" by 11"" paper, not less than 12-point font size.� Please provide the following: 1. Vendor background summary including, contractor name, address, DUNS, point of contact information, email, phone and website address. The DOJ is particularly interested in the business size and any socio-economic factors identified in FAR 19.5. 2. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability.� Outline of contracts worked within the last five years of similar size, scope and complexity as the work indicated above. Indicate whether your firm and staff worked as a prime or subcontractor, contract value, period of performance, brief description of how the referenced contract relates to the work described, and a Government/Customer point of contact for references. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. The Government will evaluate each respondents� capabilities statement to determine if the respondent has the requisite experience and past performance to complete the requirements described herein. Submissions are due by 15 June 2023 4:00 PM (EDT) shall be sent via email to Jennifer M. Thompson Jennifer.thompson@usdoj.gov. �Submissions are limited to a 4MB attachment. You are encouraged to request a �read receipt�. Responses received after the deadline or without the required information will not be considered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d6a253a4e3e340c98e389047a7663706/view)
 
Place of Performance
Address: Washington, DC 20002, USA
Zip Code: 20002
Country: USA
 
Record
SN06708089-F 20230609/230607230119 (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.