Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2008 FBO #2566
SOURCES SOUGHT

Q -- Family Practice, Pediatric and Internal Medicine Physician and Physician Assistant/Nurse Practitioner services.

Notice Date
12/3/2008
 
Notice Type
Sources Sought
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Western Regional Contracting Office, Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
SURGE
 
Response Due
12/11/2008
 
Archive Date
2/9/2009
 
Point of Contact
Robbin Goldsby, 253-968-4913<br />
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT notice issued solely for MARKET RESEARCH and does not constitute an invitation for bid nor a request for proposal and is not to be construed as any commitment by the Government. The Western Regional Medical Command requires the services of up to six (6) Family Practice, three (3) Pediatric and three (3) Internal Medicine Physicians and four (4) Nurse Practitioner/Physician Assistants to back-fill vacant positions as a result of deployed individuals. Services may be required at Weed Army Community Hospital, Fort Irwin, CA; Bassett Army Community Hospital, Fairbanks (Fort Wainwright) Alaska and Madigan Army Medical Center, Tacoma (Fort Lewis), WA. An IDIQ contract is being considered with delivery orders issued as needs arise. Services may be required for a minimum of three (3) months up to a maximum of 12 months per delivery order with a three (3) month minimum length of service per provider. Services will be required for the entire performance period as shown in each individual delivery order. There will be no allowances for time off other than brief periods (three days or less) as a result of emergencies or illness. Call and work on Federal Holidays and weekends may be required. The Government anticipates a minimum three (3) month notification to the contractor for each individual delivery order. Preliminary privilaging for all locations will be accomplished at Madigan with transfer briefs forwarded to the applicable Medical Treatment Facility (MTF) where final privilages will be reviewed and approved. Please provide answers to the following questions: (1), What are the industry standards regarding payment of bonuses; (2), Under what scenairo are bonuses typically paid; (3), What is the amount of a typical bonus; (4), What is the industry standard regarding reimbursement for travel costs; (5), What is the industry standard regarding reimbursement of lodging costs; (6), What can the Government do to mitigate travel and lodging costs; (7), How much advance notice does the Contractor need to ensure the provider is approved and privilaged by the facility and ready to go to work; (8), What is a normal locums assignment (in weeks or months) and what benefits does the contractor typically give a provider, (9), What other information can you provide that would be useful to the Government in structuring a solicitation?. Please provide this information no later than 5 December 2008, via e-mail, to robbin.goldsby@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=482c8ae2141790872c75018c5fb8e620&tab=core&_cview=1)
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA<br />
Zip Code: 98431-1110<br />
 
Record
SN01713040-W 20081205/081203220756-482c8ae2141790872c75018c5fb8e620 (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.