Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2010 FBO #3071
SOURCES SOUGHT

Q -- ACCREDITATION SURVEYS FOR AMBULATORY MEDICAL TREATMENT FACILITIES - Performance Work Statement - Performance Plan

Notice Date
4/20/2010
 
Notice Type
Sources Sought
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
F2M4AK0084A001AMBACRED
 
Archive Date
5/11/2010
 
Point of Contact
Maurice D. Ross, Phone: 2105364599, Gregory Santiago, Phone: 2105364639
 
E-Mail Address
maurice.ross.ctr@brooks.af.mil, gregory.santiago@brooks.af.mil
(maurice.ross.ctr@brooks.af.mil, gregory.santiago@brooks.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Plan Performance Work Statement ACCREDITATION SURVEYS FOR AMBULATORY MEDICAL TREATMENT FACILITIES This is a sources sought synopsis only. This is NOT a solicitation request for proposals or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified business sources; (2) whether they are small businesses, HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses, or small disadvantaged businesses; and (3) their size classification relative to North American Industry Classification System (NAICS) code 621999, All Other Miscellaneous Ambulatory Health Care Services with a small business size standard of $10M for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. A determination by the Government to not to compete this requirement as a set-aside based on responses to this notice is solely within the discretion of the Government. Interested parties are expected to review this notice and the draft Performance Work Statement (PWS) to familiarize themselves with the requirements of this project. Scope: The contractor shall furnish the necessary personnel, materials, facilities and other services as required to enter and survey the US Air Force medical treatment facilities (MTFs) for the purpose of Accreditation. These services shall include an on-site survey at each ambulatory MTF located in Continental United States (CONUS) and outside the Continental United States (OCONUS). All work performed shall comply with policies, procedures and appendices as defined in the accrediting organization's accreditation manual. The Air Force Inspection Agency (AFIA) will provide a tentative five (5) year inspection / accreditation combined schedule, updated every twelve (12) months, and will finalize the schedule about six (6) months prior to survey with applicable Major Command (MAJCOM), Air Force Medical Operations Agency (AFMOA) and accrediting organization, taking into consideration wartime and Air Force Expeditionary Force (AEF) requirements. USAF currently pays an annual fee, which may be called an application or subscription fee, only on the MTFs that are due for a survey during that year. Project Requirements: Please see attached PWS for specific project requirements for Accreditation Surveys for Ambulatory Medical Treatment Facilities. Capability Statement/Information Sought: Sources are expected to have the personnel, facilities, equipment, and experience to develop and implement services required to enter and survey the US Air Force medical treatment facilities (MTFs) for the purpose of Accreditation. Tailored capability statements shall demonstrate a clear understanding of all tasks specified in the draft PWS. Information Submission Instructions: 1. Page limitations: Interested qualified small business organizations shall submit a tailored capability statement for this requirement not to exceed twenty (20) single spaced pages including all attachments, charts, etc. (12 point font) that clearly details the firm's ability to perform the aspects of the notice described above and in draft PWS. Tailored capability statements shall also include an indication of current small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern's name and address, point of contact, and DUNS number). 2. Delivery Point: All capability statements sent in response this sources sought synopsis must be submitted electronically (via email) to Mr. Gregory Santiago, Contracting Officer, at Gregory.Santiago@brooks.af.mil, Lt Col Randall Ashmore, Program Manager, at randall.ashmore@lackland.af.mil, and Maj Vickie Skupski at vickie.skupski@us.af.mil I MS Word or Adobe Portable Document Format (PDF). The email subject line must specify Accreditation Surveys for Medical Treatment Facilities. Facsimile responses will not be accepted. 3. Response Date: Electronically submitted tailored capability statements are due no later than 3:00 PM Central Standard Time (CST) on Friday, April 26, 2010. Capability statements received after this date and time will not be considered. 4. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response to this sources sought synopsis or any future requests. The Government reserves the right to use information provided by any respondent for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities (FBO). Do not submit proprietary, classified, confidential, or sensitive information in your response. Information submitted will become the property of the Government. The Government reserves the right to use any non-proprietary technical information in any resultant solicitations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/F2M4AK0084A001AMBACRED/listing.html)
 
Place of Performance
Address: Multiple US Air Force Bases see PWS, San Antonio, Texas, 79235, United States
Zip Code: 79235
 
Record
SN02126871-W 20100422/100420235048-c3d2b8f8c1a693edb95170d92230ba5e (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.