Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2002 FBO #0223
SOLICITATION NOTICE

R -- JCAHO Consultants for TAMC Tripler,Hawaii and Camp Zama, Japan.

Notice Date
7/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Pacific Regional Contr Ofc TAMC, ATTN: MCAA PC BLDG 160, 160 Krukowski Road, Honolulu, HI 96859-5000
 
ZIP Code
96859-5000
 
Solicitation Number
DADA16-02-T-0124
 
Response Due
7/22/2002
 
Archive Date
8/21/2002
 
Point of Contact
Alana Chun, 808/433-1161
 
E-Mail Address
Pacific Regional Contr Ofc TAMC
(alana.chun@amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA The Pacific Regional Contracting Office (PRCO), Tripler Army Medical Center, Hawaii has a requirement for JCAHO consultant services for Tripler Army Medical Center and Camp Zama, Japan for a base period plus 4-one year options. Please note that the origin al pre-solicitation notice referenced was DADA16-02-T-0125 that was corrected by modification/amendment. This action is being done to correct the announcement in FedBizOps and incorporate additional changes to the solicitation requirements. Please note t hat this requirement has been extended until 7/22/02 – 10:00 A. M. HST. This RFQ will be issued as 100% small business set-aside. PRCO anticipates the award to be firm-fixed price, non-personal services. The NAICS code is 541611 and size standard is $5. 0 million. The FSC Code is R408. This on-going JCAHO assessment incorporates an on-going review and assessment of the seven-management areas and associated Management Plans required by the Joint Commission on the Accreditation of Hospital Organizations. For prospective offerors that have received the solicitation the following information is being added to the statement of work: The successful contractor must have the following qualifications: a. At least fifteen (15) years experience per individual in Fire Safety/Life Safety and Safety Management requirements for Healthcare Facilities. b. At least two (2) years experience as a JCAHO Surveyor with respect to Plant, Technology, and Safety Management Fire Safety/Life Safety codes and requirements to include at least five years of experience in teaching, evaluating, and implementing Life Saf ety Code requirements and the JCAHO Environment of Care Standards. c. At least seven (7) years experience in managing Army Healthcare facilities or Army Healthcare facilities construction management. d. At least five (5) years experience in the design and design-review of Healthcare Life Safety/Fire Protection. e. At least a Bachelors Degree in Health Care Administration, Architecture or Business Management. f. At least seven (7) years of experience ensuring successful JCAHO Environment of Care compliance for Army Healthcare facility. 2. The square footage of Tripler Army Medical Center is 1,200,000 square feet. The square footage of the clinic located at Camp Zama, Japan is 40,000 square feet. The primary occupancy classification for Tripler Army Medical Center is Healthcare Occupan cy. The hospital has 229 licensed beds. The primary occupancy classification of Camp Zama, Japan is business occupancy. The number of days that are required when site visits are performed are 10 WORKING DAYS that shall be spent at the facility. The day s are Monday, Tuesday, Wednesday, Thursday, Friday consecutively. Microstation CAD files are available and will be provided prior to the first visit to the facility. This service is limited to Environment of Care only with respect to the physical facilit ies, associated Seven Management Plans and Other Environmental Considerations Policy. 3. The first performance objective identified needs to also state that the contractor shall provide a minimum of (2) experienced individuals to conduct (2) site visits to Tripler Army Medical Center. One additional visit shall be conducted with a minimum of (1) experienced individual during the year for a duration of (5) days. 4. Site visits dates shall be changed to read “on or about” prior to the dates stated. 5. Performance objective number 5 is changed to the following: Contractor will annually complete and provide Statement of Conditions accreditation documentation required by the JCAHO. This includes the Basic Building Information, Life Safety Assessment below the ceiling and random spot checks for above the ceiling is sues, and the Plan for Improvement documents for TAMC. 6. Performance Objective Number 7 is hereby corrected to read contractor will complete a revised Fire-Plan for TAMC bi-annually. 7. Performance Standar d Number 9 paragraph 2 is hereby corrected to read: The contractor will update and keep the JCAHO Fire Walls/Smoke Barriers and Corridor Walls plan current BI-ANNUALLY. Copies of the RFQ and amendments are available on FACNET and at http://acquisition.army.mil. All offers are due by 10:00 A.M. Hawaii Standard Time on 22 Jul 02. Email Alana Chun at: alana.chun@amedd.army.mil for a copy of the RFQ and amendments which wi ll be transmitted via e-mail. Questions should be referred to Alana Chun (808) 433-1161.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/MEDCOM/DADA16/DADA16-02-T-0124/listing.html)
 
Place of Performance
Address: Pacific Regional Contr Ofc TAMC ATTN: MCAA PC BLDG 160, 160 Krukowski Road Honolulu HI
Zip Code: 96859-5000
Country: US
 
Record
SN00114793-F 20020713/020711215712 (fbodaily.com)
 
Source
FedBizOpps.gov 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.