Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2007 FBO #2173
SOURCES SOUGHT

Q -- Mobile Dental and Medical Services

Notice Date
11/6/2007
 
Notice Type
Sources Sought
 
NAICS
621210 — Offices of Dentists
 
Contracting Office
USPFO for New Jersey, 3601 Technology Drive, Room 112, Ft Dix, NJ 08640
 
ZIP Code
08640
 
Solicitation Number
W912KN-08-Q-0001
 
Response Due
12/3/2007
 
Archive Date
2/1/2008
 
Point of Contact
Lewis Ayers, 215-656-6912
 
E-Mail Address
Email your questions to USPFO for New Jersey
(Lewis.R.Ayers@nap02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Department of the Army National Guard Bureau USPFO for New Jersey The New Jersey National Guard USPFO for New Jersey Contracting Office is conducting market research to identify potential sources interested in providing Mobile Dental Services for the New Jersey National Guard at multiple locations throughout the state of New Jersey. This is a sources sought announcement only. This is not a solicitation announcement. Potential Contractors must be able to provide mobile medical & dental services, to inc lude all management, labor, material, equipment, certifications and supplies necessary to provide medical & dental services at various armories and training locations throughout New Jersey. BASIC SERVICES: Annual dental exams, digital bitewings x-rays, digital panoramic ex-rays, DENCLASS data entry of all x-rays and dental records, identification and treatment of all Class 3 soldiers on alert orders and eligible, Blood Pressure, height & weight, and question naire screening, Periodic Health Assessments (PHAs), Specialty Physical Exams such as Chapter 2 (schools), Over-40, Flight, etc. in accordance with AR (Army Regulations) 40-501, laboratory / phlebotomy work such as HIV, urine pregnancy, pap-smears, DNA, G6PD, RPR, Immunizations required for IMR/FMR and theater specific compliance such as Hepatitis A/B, Influenza, PPD (in some cases, serum to be supplied by New Jersey Army National Guard), visual acuity and Optometry exams, DOEHRS compatible audiometry exa ms and SPRINT testing, MEDPROS entry of all applicable and appropriate IMR/FMR functions, and Post Deployment Health Re-Assessments (PDHRA). Services are to be completed on site at New Jersey Army National Guard Armories & Training Sites across the State. The Contractor shall ensure the requirements of Occupational Safety and Health Administration (OSHA) and applicable Federal regulations are met. Medical services will be performed by licensed medical professionals with oversight by the NJARNG, Office of th e State Army Surgeon. Contractors personnel will also have any required employee benefits, vacation days, paid holidays and sick leave plan. A long-term contract is anticipated, one base year and two (2) option years. Multiple awards are not anticipated. North American Industry Classification System (NAICS) Code and size standard is 621210/$6.5M. Firms responding to this sources sought notice m ust (1) state whether they are a small or large business based on the size standard above; if applicable, identify subcontractors to be used and their anticipated responsibilities; (2) indicate all of the following small business status categories that app ly: Small Disadvantaged (SDB), Woman-owned Small Business (WOSB), 8(a) firm, HUB Zone firm, Service-disabled Veteran-owned Small Business (SDVOB), Historically Black College and University or Minority Institution (HBCU/MI); (3) provide experience in the fo rm of an outline of previous projects for specific relevant work completed or currently being performed of equivalent magnitude including contract numbers, description of work, points of contact, and phone numbers; professional qualifications and specific experience of personnel identified to perform the work; and (4) any other pertinent information which would enable the government to assess a firms capabilities. Because the government reserves the right to set this acquisition aside for Small Businesses, 8(a) firms, HUB Zone firms or Service-disabled Veteran-owned Small Businesses based on the responses it receives, it is imperative that firms respond with the required information for capabilities to be accurately evaluated. Potential offerors should limit their responses to twenty (20) pages. All information included in offeror responses should be specific to this Sources Sought Synopsis. Please respond to this announcement by 3 December 2007. Firms who state an interest in subcontracting opportunities and identify their specialty will be added to the list of potential sources, which will be posted to the FedBizOps website. This synopsis is for planning purposes only and is NOT to be construed as a commitment by the Government. The Government will not pay for information solicited hereunder. At this time, no s olicitation exists. Submit all responses to this notice to the point of contact listed below.
 
Place of Performance
Address: USPFO for New Jersey 3601 Technology Drive, Room 112, Ft Dix NJ
Zip Code: 08640
Country: US
 
Record
SN01447531-W 20071108/071106223949 (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.