Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2005 FBO #1277
SOLICITATION NOTICE

Q -- Q201-General Health Care Services Clinic and Support Services

Notice Date
5/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, DC, 20537
 
ZIP Code
20537
 
Solicitation Number
DJDEA-05-R-0007
 
Response Due
6/29/2005
 
Archive Date
6/30/2005
 
Small Business Set-Aside
Total Small Business
 
Description
17. The applicable North American Industrial Classification Codes are 621111 and 621112. The applicable size standard is $8.5 Million. The Drug Enforcement Administration [DEA] is determining the commercially available capabilities from small business for the continued operation of the health services clinic. The DEA has a requirement for a Chief Medical Officer, a Chief Nurse, five [5] staff physicians, three [3] staff nurse, one [1] physical trainer/therapist, two [2] medical technologists, two [2] medical receptionists and both licensed psychiatric assessment and laboratory testing capabilities. The locations are 600 Army?Navy Drive Arlington, VA 22202; 80 Mulberry Street, Newark, NJ 07102; 99 10th Ave, New York 10011; and Quantico, VA 22134. The contractor shall provide a sufficient number of qualified employees to operate a clinic in Arlington, VA, Quantico, VA and New York City. The capability to provide nearby general clinic facilities and licensed health care services are also required for Newark, NJ. A primary function of these clinic services is for physical examinations, immunizations, and specialized laboratory tests. The examinations, laboratory tests, and psychiatric evaluations are to be used for determining both physical and psychiatric limitations, if any. Potential contractors will be responsible for providing facilities, staff, materials and equipment necessary for examination services and laboratory tests. The contractor facilities are required to be within a 25 mile radius of the location and have regular business hours for meeting the requirement of the DEA in furtherance of the continuity of operations or defense of the public anti-drug mission. The purpose of this market research is to determine if commercial sources to meet the agencies needs are available within the prescribed distance and at reasonable commercial prices. The period of performance is not to exceed sixty [60] calendar months effective January 1, 2006 through December 31, 2006 with four [4] additional one year option periods of twelve [12] months each. The DEA anticipates the award of a fixed-price requirements contract on a best-value basis to an eligible small business from this request for proposal. This requirement is open to all certified small business that are in compliance with the SBA threshold for small business status as of the award date. This synopsis is for information purposes only. The Request for Proposals will be made available ONLY in electronic format on the DEA home page at www.usdoj.gov/dea Click on ?Acquisitions & Contracts?. This RFP will be available on or about Thursday, 06/16/2005. Offerors may submit questions or clarification requests until Wednesday, 06/29/2005. An amendment will be issued if a change to the requirement becomes necessary. Offerors will be evaluated and ranked in a declining order of importance on the basis of: A] Technical approach to general health care and clinic management; B] Management plan for general clinic services, contracts for laboratory testing services, psychiatric assessment services, and compliance with licensing guidelines; C] Corporate capability in providing timely and quality general health care, etc; D] Transition plan for the pre-contract and post-contract environment as well as recruiting and staffing overall performance of the requirement; E] Past performance for a minimum of three [3] similar general health care clinic management and support service requirements. To receive the higher technical rating these should be relevant, recent, and similar in scope with a government agency. Offerors should have recent past performance. Experience prior to 2001 will not be considered. The Office of Acquisition Management, Alan Knoepfel, Washington, DC. 20537. A written solicitation is not available. DEA-05-R-0007
 
Place of Performance
Address: see Description [block 17] for applicable locations
 
Record
SN00814327-W 20050526/050524211814 (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.