SOURCES SOUGHT
Q -- Medical Nurse Case Management Services
- Notice Date
- 6/8/2023 9:11:29 AM
- Notice Type
- Sources Sought
- NAICS
- 621999
— All Other Miscellaneous Ambulatory Health Care Services
- Contracting Office
- W40M USA HCA JBSA FT SAM HOUSTON TX 78234-5074 USA
- ZIP Code
- 78234-5074
- Solicitation Number
- W81K04-23-R-0043
- Response Due
- 6/21/2023 12:00:00 PM
- Archive Date
- 07/06/2023
- Point of Contact
- Alexis Thomas, Phone: 210 827-4815, Catherine-Tehila Johnson, Phone: 2102214978
- E-Mail Address
-
alexis.v.thomas3.civ@health.mil, catherine-tehila.o.johnson.civ@health.mil
(alexis.v.thomas3.civ@health.mil, catherine-tehila.o.johnson.civ@health.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- 8 June 2023� This amendment to the RFI is to replace the market research questionnaire with the Revise market research questionnaire.� Please complete the revised questionnaire and submit with your response.�� THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. It is for information planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract.� 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 Federal Acquisition Regulation 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. �This RFI does not restrict the Government's acquisition approach on a future Solicitation. The NAICS Code for this procurement is 621999, All Other Miscellaneous Ambulatory Health Care Services, and the annual size standard is $20.5M. The United States Army Health Care Activity, Health Readiness Contracting Office (HRCO) is seeking industry information and comments from sources with capabilities to perform the contract and with relevant experience in providing qualified personnel and services necessary to perform Medical Nurse Case Management with 3 Full Time Equivalent (FTE) Profiling Physicians, 1 FTE Behavioral Health Registered Nurse Practitioner, 4 FTE Team Lead Registered Nurse Managers, 25 FTE Registered Nurse Case Managers, and 25 FTE Licensed Practical Nurse. They will perform services of the nature and scope described in the Performance Work Statement (PWS).� Interested parties shall complete and submit the attached Market Research Questionnaire and Experience Reporting Form to the government. Interested parties can also use the questions templates for any questions you have on the draft Performance Work Statement. The Contractor shall provide Medical Nurse Case Management in support of Individual Medical Readiness to the Army Reserve-Medical Management Center (AR-MMC).� The quality of service provided by the contractor shall be at the level that meets or exceeds, currently recognized national standards as established by the Joint Commission (JC). RESPONSES:� Interested parties must send written capability responses and any questions on draft Performance Work Statement by 21 June 2023, 2:00 PM (Central Time) via e-mail to Alexis Thomas, Contract Specialist at alexis.v.thomas3.civ@health.mil, and copy Catherine-Tehila Johnson, Contracting Officer at catherine-tehila.o.johnson.civ@health.mil.���� Subject line of every response email will begin with - Medical Nurse Case Management (AR-MMC). 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 ten (10) 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.� DISCLAIMER: DO NOT SUBMIT A NARRATIVE, PROPOSAL, BROCHURES, OR ANY ADDITIONAL INFORMATION. The Goals of the RFI: Gain knowledge of common business practices for the specified requirement. Obtain feedback regarding feasibility of the described requirement (challenges, limitations, costs, etc.).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/41a6b405b2704fe0900981fc6418d0db/view)
- Place of Performance
- Address: FL 33702, USA
- Zip Code: 33702
- Country: USA
- Zip Code: 33702
- Record
- SN06709816-F 20230610/230608230117 (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 |