Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 30, 2023 SAM #7885
SOURCES SOUGHT

G -- Medical Respite Fargo

Notice Date
6/28/2023 1:08:00 PM
 
Notice Type
Sources Sought
 
NAICS
623110 — Nursing Care Facilities (Skilled Nursing Facilities)
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26323Q0822
 
Response Due
7/12/2023 9:00:00 AM
 
Archive Date
09/10/2023
 
Point of Contact
Pradeepkumar.elayath@va.gov, Pradeepkumar Elayath, Phone: 651-293-3002
 
E-Mail Address
Pradeepkumar.Elayath@va.gov
(Pradeepkumar.Elayath@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 3 of 3 Page 1 of 2 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 3 Page 1 of 2 This is a SOURCES SOUGHT notice for market research purposes to determine the availability of qualified sources capable of providing the services described below. Potential contractors are invited to provide a response via e-mail to Pradeepkumar Elayath at Pradeepkumar.Elayath@va.gov by July 12, 2023, 11:00 a.m. Central Time. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Please clearly identify any information your company considers sensitive or proprietary. Service: The Department of Veteran Affairs Medical Center in Fargo, ND (Fargo VA) seeks contractors to provide services as part of its community-based Health Care for Homeless Veterans (HCHV) program. GENERAL RESPONSIBILITIES: The contractor will provide sufficient facilities to accommodate 1 (one) Veteran at one time, with residential placement which will involve: a. Registered Nurse on-site for no less than 5 hours per week. Additional hours may be necessary, commensurate with the needs of each Veteran. b. 24 hours/7 days per week medication management. c. Case management services on-site, provided by qualified personnel who are able to assess and provide referrals and monitoring of mental health conditions, as clinically indicated. d. 24/7 residential staffing on-site. e. Additional miscellaneous staffing structure for meeting this level of care, (i.e., nutrition, security, facilities, etc.) must be submitted with offers. Respite Medical Care: The contractor shall provide Veterans with respite medical and mental healthcare in accordance with the plan of care developed by VA referring healthcare providers. The contractor will provide an on-site registered nurse (RN), licensed by the state of North Dakota and/or Minnesota and in good standing with their licensing board. The RN will be onsite no less than 5 hours per week. Additional hours may be necessary, commensurate with the needs of each Veteran. Basic Services: a. ROOM AND BOARD: The contractor is required to provide sufficient facilities to accommodate 1 (one) Veteran resident free of charge and shall be accessible to the Veterans 7 days a week and 24 hours per day and shall provide housekeeping services including laundry facilities. The anticipated contract is firm fixed price Base year with four option periods to commence on October 1, 2023. All companies wishing to do business with the U.S. Government must be registered in the System for Award Management (SAM) at https://www.sam.gov/. Please note that there is no charge to register in SAM. The North American Industry Classification System (NAICS) code for this procurement is 623110, Nursing care facilities (Skilled nursing facilities). If you are a potential interested contractor, please provide the following information: 1. Company Name 2. Company Address 3. SAM Unique Entity Identifier Number 4. Company Point of Contact (POC) 5. Company POC Phone Number 6. Company POC Email 7. Company Website 8. A Statement of capability to deliver the services listed above, including a list of existing federal contracts for similar services, if available. The capability statement request is not a Request for Quotations, Request for Proposals, or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting information regarding your company's ability to provide the services listed above. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. The capabilities will used to determine if the acquisition will be set-aside for the small businesses or if it will be an unrestricted procurement. Other than small businesses (i.e., large businesses) are requested to respond to this notice in the event the market does not indicate enough small business interest to support a set-aside. This posting is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the market research. Thank you for your participation and interest in serving our nation s Veterans. See attached document: PERFORMANCE WORK STATEMENT.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/18a7eb7992324767abad66fbef0dacf7/view)
 
Place of Performance
Address: 2101 Elm St N, FARGO ND, USA
Zip Code: ND
Country: USA
 
Record
SN06731000-F 20230630/230629060349 (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.