Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2005 FBO #1236
SOURCES SOUGHT

Q -- Medical services for U.S. Customs and Border Protection, Miami, Florida

Notice Date
4/13/2005
 
Notice Type
Sources Sought
 
NAICS
622110 — General Medical and Surgical Hospitals
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, National Acquisition Center, 6026 Lakeside Boulevard, Indianapolis, IN, 46278
 
ZIP Code
46278
 
Solicitation Number
20011846
 
Response Due
4/29/2005
 
Archive Date
5/14/2005
 
Point of Contact
Beverly Tyree, Contract Specialist, Phone 317-614-4583, Fax 317-298-1344, - Lee Sullivan, Supervisory Contract Specialist, Phone 317-298-1119, Fax 317-298-1344,
 
E-Mail Address
beverly.a.tyree@customs.treas.gov, lee.a.sullivan@customs.treas.gov
 
Description
U.S. Customs and Border Protection (CBP) at Miami, Florida, has a requirement for medical services to be provided for international passengers entering the U.S. The passengers are suspected of entering the U.S. with internal concealment of illegal drugs. These services shall include a medical facility capable of offering on-site x-ray, radiographic evaluation, pregnancy tests for female suspects, medical examinations, and physician services available 24 hours per day. The services also include internment of the patients with around-the-clock monitoring. The facility must have life support capabilities for emergencies. The facility shall be within a 10-mile radius from the Miami International Airport. This is necessary for the CBP inspector’s safe, efficient, economical, and timely transport of the suspects. In addition, the contractor must provide a designated lockdown area for confinement of each suspect and provide an area that will be used for installation of a drugloo machine provided as Government furnished equipment. The performance period for the proposed contract has a one-year base period with option for four one-year renewals. This is a proposed Indefinite-Delivery Indefinite-Quantity type of contract. For each fiscal year the minimum amount of each delivery order or services rendered will be $25,000.00, and the maximum amount of each order will not exceed $100,000.00. The maximum amount of services to be rendered each fiscal year is estimated to be $440,000.00. If all four options are exercised, for a five-year performance period, the minimum cumulative total of all orders issued will be $125,000.00, and the maximum cumulative total will not exceed $2,200,000.00. This is a full and open competition and all responsible sources may submit a proposal which shall be considered by this agency. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/USCS/FPSB/20011846/listing.html)
 
Place of Performance
Address: Miami, Florida
Zip Code: 33131
Country: U.S.
 
Record
SN00787735-F 20050415/050413214015 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.