Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2006 FBO #1516
SOURCES SOUGHT

Q -- Medical Support Services - Detention Facilities

Notice Date
1/18/2006
 
Notice Type
Sources Sought
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
DHS - Border and Transportation Security, Immigration & Customs Enforcement, Headquarters Procurement Division, Wash DC, 425 I Street, NW, Washington, DC, 20536
 
ZIP Code
20536
 
Solicitation Number
Reference-Number-ICEDROSS1182006
 
Response Due
2/7/2006
 
Archive Date
2/22/2006
 
Description
PROJECT: Medical Support Services ISSUING AGENCY: Department of Homeland Security Immigration and Customs Enforcement Office of Detention and Removal Operations I. Introduction This is a request for information only and is not a solicitation or request for proposals. The Department of Homeland Security, Immigration and Customs Enforcement, Office of Detention and Removal Operations (ICE/DRO) is seeking comments from private entities (Respondents) that are qualified and experienced with the provision of medical health care services in a detention or correctional environment. ICE/DRO operates eight government-owned Service Processing Centers (SPCs) and maintains eight Contract Detention Facilities (CDFs) that house undocumented migrant aliens awaiting removal proceedings. All ICE/DRO facilities meet the requirements of, or are in the process of meeting, the accreditation standards set forth by ACA, NCCHC, and JCAHO. Medical services are provided to approximately 220,000 detainees per annum, including adult males, adult females, unaccompanied children, and families. II. Purpose of the Request for Information The purpose of this RFI is to conduct market research regarding industry capability in the area of detention/correctional health care and to gather information on health care delivery systems and services. ICE/DRO is particularly interested in responses from private entities utilizing or representing existing health care delivery and management systems. Specifically, ICE/DRO is interested in industry capability to provide on-site direct patient care to include initial intake screenings and physical examinations, sick call, pharmacy services, follow-up care, detainee health education, managed health care networks that provide consultation and technical assistance in mental health, dental, radiology services, formulary medications, and infirmary care, authorization for treatment of detainees in off-site facilities when appropriate, and the ability to provide emergency response within 24 hours domestically and 48 hours internationally to any medical crisis involving aliens. ICE/DRO may eventually request presentations from responding vendors for the purpose of gathering additional information. This request for information is not intended to result in a contractual relationship. III. Submitting a Response Interested parties should submit a response answering the questions in Section IV. Responses should be no longer than 50 pages. Responses may be submitted electronically (preferred) in either MS Office or Adobe Acrobat formats. Written responses will be accepted if electronic is not possible. The responses to the requested information and any supplemental materials should be returned to the following address no later than February 7, 2006 at 2:00pm EST: Jan.Wisor@dhs.gov or Anthony.Gomez@dhs.gov OR Common Carrier: Department of Homeland Security ICE Office of Procurement ATTN: Jan Wisor or Anthony Gomez 425 I Street, NW Room 2208 Washington, DC 20536 IV. Vendor Response Private entities submitting a response to this RFI should answer the following questions. Additional information regarding your health care delivery system is welcome. Responses should be no longer than 50 pages, organized into the following sections. COMPANY INFORMATION 1. Introduce your organization (e.g., parent, age, size, number of customers, offices, number of employees, etc.). Please include ownership structure. 2. Identify contact name(s) and information for questions we might have concerning this information and the services you offer. 3. List any relevant web sites for your company and its offerings. 4. Describe your health care delivery system and strategy, including markets served. 5. Include information regarding any strategic partnerships or alliances with other public or private entities. 6. Identify major customers that use your services and are willing to serve as a reference. 7. Please provide the appropriate contact information. TECHNICAL INFORMATION 8. Provide brief technical specifications for your health care delivery system. Include specifications relating to authorization of medical treatment, provision of medications, maintenance and tracking of medical health records, and off-site referral procedures. 9. List any software that is utilized within your system to manage health information. 10. Describe how your delivery system scales up in the face of increased demand or load. 11. Describe the levels of security and authorization built into your system. 12. Identify current heath care or medical standards that guide operations of your delivery system. 13. Briefly describe the ability of the industry to provide medical service support in a detained setting. PROCESS INFORMATION 14. Describe the process your system employs in selection of medical professionals and your proposed staffing model. 15. What number of individuals can your system manage? 16. How does your system rate its performance and effectiveness? 17. Describe the various reporting capabilities of your delivery system. Please provide report examples. PRICING INFORMATION 18. Describe a pricing model appropriate for a detention/corrections setting. This is a request for information only and is not a solicitation or request for proposals.
 
Place of Performance
Address: Seven facilities CONUS and one facility OCONUS (Puerto Rico) - DRO Program Office is located in Washington, DC.
Zip Code: 20536
Country: USA
 
Record
SN00967886-W 20060120/060118211539 (fbodaily.com)
 
Source
FedBizOpps 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.