Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2011 FBO #3422
SOURCES SOUGHT

Q -- PC Self-Insured Health Benefits Program and Air Ambulance - Draft SOW - Market Research Questionnaire

Notice Date
4/6/2011
 
Notice Type
Sources Sought
 
NAICS
524292 — Third Party Administration of Insurance and Pension Funds
 
Contracting Office
Peace Corps, Office Of Acquisitions And Contract Management, OACM, 1111 20th Street, N.W., Room 4416, Washington, District of Columbia, 20536
 
ZIP Code
20536
 
Solicitation Number
PC-11-R-0007
 
Archive Date
5/3/2011
 
Point of Contact
Angela Bailey, Phone: 2026921713, Sandra Harrell, Phone: 2026921107
 
E-Mail Address
abailey@peacecorps.gov, sharrell@peacecorps.gov
(abailey@peacecorps.gov, sharrell@peacecorps.gov)
 
Small Business Set-Aside
N/A
 
Description
Attach 2- Market Research Questionnaire Attach 1- DRAFT SOW Solicitation Number: PC-11-R-0007 Sources Sought Questionnaire and Capabilities Statement CAUTION: This sources sought shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. At this time there are no funds allocated or set aside for the future of this requirement. Any information provided to the Government is strictly voluntary and at no cost to the Government. 1. The Peace Corps Office of Acquisitions and Contract Management is seeking information concerning the availability of capable contractors to provide non-personal services for the support and administration of its Self-Insured Health Benefits Program and/or the provision of emergency worldwide air ambulance transportation services. The anticipated start period is 27 Jul 2011 through 26 Jul 2016. This sources sought synopsis is only an attempt to locate experienced businesses and collect pertinent information on those businesses that are experienced managed health care service providers and worldwide emergency transportation providers. Any formal solicitation that may result from this synopsis will be announced separately. The Peace Corps is only interested at this point in identifying interested and capable contractors for these services, as such, parties interested in this synopsis should read all attached documents and follow the instruction below to potential offerors. 2. Overview of Requirements -The Peace Corps has a requirement for both/either/or: Peace Corps Self-Insured : Provide access to a network of hospitals, qualified physicians, ancillary service providers, mental health professionals, dentists, and diagnostic and treatment facilities with the capacity to meet the healthcare needs of Peace Corps Volunteers med-evaced to the Washington, D.C. metro area and to provide professional consultation for Peace Corps medical staff. Provide access to a national Preferred Provider Network (PPO) of credentialed hospitals, physicians, ancillary service providers, mental health professionals, dentists, and diagnostic and treatment facilities with the capacity to meet the healthcare needs of PCVs and RPCVs in the United States for medical evacuation to home-of-record, medical hold, home leave or administrative leave. This does include coverage for the PCV while in travel mode between or among domestic and international. Provide access to an international Preferred Provider Network (PPO) of credentialed hospitals, physicians, ancillary service providers, mental health professionals, dentists, and diagnostic and treatment facilities with the capacity to meet the healthcare needs of PCVs and RPCVs working overseas, when requested. Provide access to Preferred Provider Network (PPO) of physicians, laboratories and ancillary service providers for applicants to Peace Corps when requested. Provide access to a managed prescription drug service for use by PCVs while they are in the US on medical hold or authorized leave. Support the administrative and financial management of and provide claims processing and reimbursement and payment services for Peace Corps' Health Benefits Program; and Provide claims re-pricing and discount services for the national PPO and international PPO. Air Ambulance Services : Provide worldwide emergency evacuation services to include: a. Land and/or air medical evacuation from remote locations to appropriate medical treatment facility; b. Database of credentialed, accepting facilities to assist in appropriate destination selection when requested to do so. c. Trained medical personnel and medical equipment sufficient to maintain a critically ill Volunteer in a stable mode from time of acceptance until transferred to receiving medical treatment facility; d. Medical management, relevant technology, case consultation, timely and accurately communication; and e. Medical confidentiality of all records in accordance with agency policy and federal regulations. 3. The current and planned North American Industry Classification System (NAICS) code is 524292, Third Party Administration of Insurance and Pension Funds, with the applicable small business size standard of $7 million in annual gross receipts and 621910, Ambulance Services, with the applicable small business size standard of $7 million in annual gross receipts respectively. 4. Electronic responses are the only acceptable method for submitting responses/documents. Your points of contact for all submissions and/or questions in regards to the sources sought synopsis are Ms. Angela Bailey, e-mail: abailey@peacecorps.gov and Ms. Sandra Harrell, e-mail: sharrell@peacecorps.gov. 5. Please review this entire sources sought synopsis and all attached documents. If you are an interested party, please respond by completing the Sources Sought Questionnaire (Attachment 2) and submit your Capabilities Package and/or Statement no later than 18 April 2011 to the Points of Contact in paragraph 4 of this instructions to offerors. The responses received from the questionnaire and the capabilities packages are necessary to refine the future acquisition of these requirements. Both large and small businesses are encouraged to participate in this market research. Joint ventures or teaming arrangements are encouraged and are up to each industry partner. Please express your intentions in the questionnaire and capabilities package. Failure to provide documentation may result in the Government being unable to adequately assess your capabilities. The Government is under no obligation to consider information received after the due date as part of the formal market research for this sources sought synopsis. 6. All information or updates in regards to this opportunity will be located on the Federal Business Opportunities website (www.fbo.gov) and can be found by typing PC-11-R-0007 in the 'Quick Search' box in the upper left-hand corner. Information contained in this synopsis is subject to change. It is the responsibility of the prospective offeror to check this site regularly for any changes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/PC/OPBF/OC/PC-11-R-0007/listing.html)
 
Place of Performance
Address: 1111 20th St. NW, Washington, District of Columbia, 20526, United States
Zip Code: 20526
 
Record
SN02418838-W 20110408/110406234955-d5b1381523c9b4f24f9a4ae1996898c1 (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.