Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2017 FBO #5854
SOLICITATION NOTICE

Q -- FOH National Staffing Contract Support Services

Notice Date
12/1/2017
 
Notice Type
Presolicitation
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Acquisition Management Services, 7700 Wisconsin Ave, Bethesda, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
18-233-SOL-00075
 
Archive Date
12/16/2017
 
Point of Contact
Debbie L Hope, Phone: 8015243403, Jason Smurthwaite, Phone: 8015243441
 
E-Mail Address
debbie.hope@psc.hhs.gov, jason.smurthwaite@psc.hhs.gov
(debbie.hope@psc.hhs.gov, jason.smurthwaite@psc.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this synopsis is to provide notification of the upcoming solicitation 18-233-SOL-00075 FOH National Staffing Contract (NSC) Support Services. This requirement will acquire quality medical and occupational health professionals to support the mission of Federal Occupational Health (FOH) under the Department of Health and Human Services (HHS). FOH provides integrated occupational health and safety services throughout the Federal Government. The Contractor's primary role is to facilitate delivery of FOH services at their two Corporate Offices located at Bethesda, MD and Salt Lake City, UT, other satellite offices and sites, and Occupational Health Clinic (OHC) FOH Service Provision Sites by providing Personal Service Contractor (PerSC) staff that will provide these services. Contractors are required to be The Joint Commission (TJC) in Health Care Staffing Services (HCSS) Certified and/or is Ambulatory Care (AC) Accredited. Any subcontractor performing more than 20% of the annual service must be TJC HCSS Certified or AC Accredited. This requirement is a commercial personal service for medical staffing. The source selection is being conducted under FAR Part 12, Acquisition of Commercial Items. Duration of Contract Period: The contract is anticipated to be a five (5) year award; 12-month base and four (4) 12-month option periods.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/18-233-SOL-00075/listing.html)
 
Place of Performance
Address: The work will be performed at designated FOH Area Offices (AO) and/or other designated Service Provision Sites (SPS), including sites that provide direct care to enable FOH to fulfill its IAAs with other Federal agencies in the United States of America, its territories and trusts., The Contractor shall provide PerSCs for which the Contractor has been awarded a contract or task order. At any point during the life of the contract, the Contractor may be issued a task order to provide PerSCs to a clinical region should FOH request it., FOH’s clinical regions are:, FOH Clinical East Region (EAST) including but not limited to: Alabama, Arkansas, Connecticut, Delaware, Florida, Georgia, Illinois, Indiana, Iowa, Kansas, Kentucky, Louisiana, Maine, Massachusetts, Michigan, Minnesota, Mississippi, Missouri, Nebraska, New Hampshire, New Jersey, New York, North Carolina, North Dakota, Ohio, Oklahoma, Pennsylvania, Rhode Island, South Carolina, South Dakota, Tennessee, Texas, Vermont, West Virginia, Wisconsin and Puerto Rico, FOH Clinical West Region (WEST) including but not limited to: Alaska, Arizona, California, Colorado, Hawaii, Idaho, New Mexico, Montana, Nevada, Oregon, Utah, Washington and Wyoming, FOH Clinical National Capital Region (NCR) including but not limited to: Maryland, Virginia and District of Columbia, United States
 
Record
SN04754380-W 20171203/171201231019-51e08ce690d0e175cdf3cbe731176a19 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.