Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2008 FBO #2288
SOLICITATION NOTICE

Q -- Combined Synopsis/Solicitation for IDIQ Contract to provide Non-personal Medical Support Service for the Kansas Army National Guard

Notice Date
2/29/2008
 
Notice Type
Solicitation Notice
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-08-R-4001
 
Response Due
3/19/2008
 
Archive Date
5/18/2008
 
Point of Contact
Karen Robben, 785-274-1273
 
E-Mail Address
Email your questions to USPFO for Kansas
(karen.robben@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propos als are being requested and a written solicitation will not be issued. This synopsis/solicitation is issued as a Request for Proposal for an Indefinite Delivery Indefinite Quantity type contract for Non-personal Medical Support Services for the Kansas Arm y National Guard. These Medical Support Services must include a staff with experience in providing medical services to the military. The staff must include a physician, midlevel practitioner, Registered Nurses, Dentists, Dental Assistants, and paraprofes sionals. All equipment, supplies, and workspace will be provided by the Government. Support services are primarily conducted on weekends however there may be time when the support services may also be scheduled during the week. The requirements of the Medical Screening Missions include: 1. Clinical evaluation by a licensed physician, and supported by licensed midlevel practitioners to conduct periodic health assessments (PHAs) on Soldiers of the Kansas Army National Guard. 2. Examination s require extensive knowledge of Army Regulations governing the medical process and understanding of the physical performance evaluation system as well as the physical evaluation for retention, retirement, and separation. 3. Providers (physicians and midlevel practitioners) must be able to assess Soldiers medical concerns and conduct a problem focused examination in order to accurately assess the Soldiers ability to perform their military duties. 4. Documentation of the Soldier's PHA must be able to support any follow-up needed. 5. Providers must be able to complete military consultations for additional tests, services, examinations, as may be required in order to determine the medical status of Soldier's processed. 6. Must have experien ce at providing PHA examinations for the military. 7. Must have experience at providing dental screening services for the military. 8. Providers must have complete understanding and be able to initiate a Department of the Army Form DA 3349 Physical Profile. 9. Support staff must have phlebotomy abilities to draw blood, use vacutainers, and use Cholesterol testing thru a CLIA-waived system. 10. Support staff must be capable of the administration of immunizations, assessing patient visual acuit y, measuring height/weight, taking vital signs (temperature, pulse, respirations, and blood pressure), use of equipment, and document process on web based applications. 11. All providers and Registered Nurses must be licensed by the appropriate Kansas Board, and be eligible to be credentialed and privileged to perform services outlined above. 12. Contractor will ensure health care providers adhere rigoursly to infection compliance measures and standards. Procedures and precautions for minimizing th e risk of exposure to blood and body fluid in accordance with U.S. Department of Health and Human Services Center for Disease Control (CDC) Universal Precautions guidelines and 29 CFR 1910.1030 Blood-borne Pathogens Standard. 13. Contractors will w ear personal protective equipment as recommended by the CDC. Contractor shall furnish and assure health care workers are provided with appropriate PPE such as but not limited to, gloves, gowns, eyewear, etc. where there is a potential for exposure to bloo d or other potentially infectious materials. Contractor shall repair or replace PPE as needed to maintain its effectiveness. This requires the contractor to inspect PPE for each employee. Contractor will ensure health care workers fully comply with the requirements of 29 DFR 1910-103 Blood-borne Pathogens Standard. 14. Support personnel should be capable to record data on web based applications (MEDPROS, D ENClass, and MND modules of MODS [Medical Operational Data System]). All computer equipment, software, and internet access to accomplish this will be provided by the Government. 15. Contractor personnel must either have an AKO account or be able to o btain one and must be able to gain access to the MND module. 16. Must be able to support a high operational tempo, supporting multiple missions per month at locations throughout Kansas to include but not limited to the Cities of Salina, Lenexa, Topek a, and Wichita. 17. Must be able to establish, maintain, and protect occupational health records against unauthorized access pursuant to the Privacy Act of 1974 and Department of the Army Policy (5USC 522a) 18. Should be available to support missio ns with at least 15 days notice and less than 30 days notice. Contract shall be awarded for one year with four additional option years. Award will be an Indefinite Delivery Indefinite Quantity Contract with a minimum guaranteed order of $10,000 .00. Cumulative Total of Delivery Orders shall not exceed $3.5 million dollars. Award will be made to the lowest priced technically acceptable proposal. Technically acceptable will be determined based on the contractor having the necessary quali fied personnel and also having satisfactory prior experience in providing Medical Support Services to the Military on at least 3 prior contracts. Proposal must include names and points of contacts of other Military customers who they have performed this o r similar work for in the past five (5) years. The Contractor shall submit a total price for the following prototypical event: The prototypical event will be held on a weekend in Salina, Kansas and will be based on the performance of 600 Phys ical Health Assessment and 600 Dental screenings over a 2 day period. The proposal should be based on a 2 day event and should be based on providing 2 physicians, 2 mid-level practitioners, 1 Registered Nurse, 2 Dentists, 3 dental assistants, 10 Support s taff (Licensed Practical Nurse or Medical assistants), and 6 administrative support personnel. For the purpose of evaluating price for award, the price offered for the prototypical event will be used to determine the lowest price. The contract wi ll be awarded on an open ended basis and individual proposals will be required prior to award of each delivery order. In order to receive an award of this contract, you must be registered in the Central Contractor Registration database at www.ccr.gov. Al l responsible sources may submit an offer which shall be considered by the Agency. This solicitation W912JC-08-R-4001 is issued as an RFP. This is a solicitation document and incorporates provisions that are in effect through Federal Acquisition Circulars . The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2007) applies to this acquisition. A completed-signed copy of this provision shall be submitted with any proposal. The clause at FAR 52.212-4, Contr act Terms and Conditions (Feb 2007) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2007) applies to this acquisition. Under paragraph b, the fo llowing clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-6, Notice of Total Small business Set Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontract ing; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 252.222-37, Employment Rep orts on Disabled Veterans; 52.225-3, Buy American Act-Supplies; 52.222-5, Trade Agreements; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Mandatory Information for Electronic Funds Transfer Payment (Oct/2003) applies to this solicitation . The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items is applicable t o this acquisition. For technical questions please contact Lieutenant Colonel John Muther, Deputy State Surgeon for the Kansas Army National Guard at Commercial 785-274-1864 or at john.muther@us.army.mil. Offers are due by 4 p.m., 19, March, 2008 v ia e-mail, fax or mail. Mail to the Contracting Officer, USPFO for Kansas, 2737 S. Kansas Ave, Topeka, KS 66611-1170 or fax to (785) 274-1642, Attn.: Ms Karen Robben; or e-mail to: karen.robben@us.army.mil. Simplified Acquisition Procedures will be utiliz ed. This is 100% small business set aside. NAICS code is: 621999, size standard is $9.0 million dollars.
 
Place of Performance
Address: USPFO for Kansas 2737 South Kansas Avenue Topeka KS
Zip Code: 66611-1169
Country: US
 
Record
SN01520897-W 20080302/080229225238 (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.