Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2004 FBO #1059
SOURCES SOUGHT

R -- Medical Services

Notice Date
10/18/2004
 
Notice Type
Sources Sought
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, UNB 4th Floor 200 Third Street, Parkersburg, WV, 26101-5312
 
ZIP Code
26101-5312
 
Solicitation Number
BPD-05-CI-0006
 
Archive Date
10/19/2005
 
Point of Contact
Lisa Wells, Contract Specialist, Phone 304-480-7026, Fax 304-480-7203, - Tammie Johnson, Contracting Officer, Phone (304) 480-7139, Fax (304) 480-7203,
 
E-Mail Address
ntprocurement@bpd.treas.gov, ntprocurement@bpd.treas.gov
 
Description
This announcement is issued for informational and planning purposes only. This Request for Information (RFI) is not a Request for Proposals (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately to award a contract on the basis of this RFI or otherwise pay for the information solicited. Responses to the RFI will not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. The Department of the Treasury’s Bureau of the Public Debt (BPD) is conducting market research to determine the feasibility of a set-aside competition for the Armed Forces Retirement Home (AFRH) in Washington, DC. The Contractor shall provide to the residents of the Armed Forces Retirement Home – Washington, DC (AFRH–W) Phlebotomy & EKG services at the King Health Center (KHC) located in AFRH-W. KHC serves the in-patient and out-patient needs of approximately 1,030 residents. The required EKG services will average 24 per month, and Phlebotomy services will average 1,100 per month. The Contractor is required to be an approved provider of Tricare Insurance and Medicare Services. The laboratory shall be certified by the College of American Pathologists. Each Department of the Laboratory shall participate in several levels of Quality Control. Laboratory results shall be monitored for turn around times, critical value reporting and other test management studies. The Quality Assurance programs shall be on-going and designed to eliminate any technical errors, as well as non-technical errors. The Laboratory shall be JCAHO approved, follow CDC Guidelines, HIPAA regulations, OSHA and State Regulations. Phlebotomy Technologist & EKG Technicians shall have the following medical qualifications: Phlebotomy Technologist - The Contractor shall ensure the services are performed by a Phlebotomy Technologist who has a valid certification, as dictated by the Washington, DC Department of Health. EKG Technician - The Contractor shall ensure the services are performed by an EKG Technician who has a valid certification, as dictated by the Washington, DC Department of Health. REQUIRED SERVICES - The Contractor shall provide all management, supervision, personnel, equipment, (including EKG equipment), and supplies to provide the following: The Contractor shall provide the required Phlebotomy & EKG services at AFRH-W in accordance with written referrals accompanying patients. The Contractor shall follow all HIPAA regulations when providing resident medical information at AFRH-W. The Contractor shall provide Phlebotomy services three times per week between the hours of 6:00 a.m. and 2:00 p.m. Services may also be required after hours and on holidays and must be performed within a 2 – 4 hour timeframe of receiving the request. The residents are to be provided services at AFRH-W. The Contractor shall fax or call the lab data reports to the AFRH-W unit within 4 hours of collection or shall call a designated staff member of AFRH-W with lab data not within the normal limits or are “panic values” within an hour of the knowledge of the results. The Contractor shall comply with the standards set forth by the JCAHO, federal or accreditation regulations, including but not limited to Occupational Safety and Health Administration (OSHA), American Medical Association (AMA), Centers for Disease Control and Prevention (CDC), or AFRH-W specific accreditation needs. The Contractor shall practice reasonable measures in the management of clients to ensure their safety. The Contractor shall provide and document the required services in the patient records. INSURANCE BILLING - The Contractor shall bill the health insurance program (Medicare) for all patients eligible for benefits under Medicare, Part B. The Contractor shall bill Tricare or other third party supplemental insurance for those patients eligible for benefits under Tricare or other third party insurance. The AFRH will be responsible for any coinsurance and deductibles. The Contractor shall provide an invoice/statement to each patient, which reflects billing to Medicare, Tricare, or third party insurance and payment received. There is no charge to uninsured AFRH residents. The Contractor shall invoice the AFRH for services provided to uninsured AFRH residents at the rates approved by Tricare. The AFRH-W will provide the existing clinic space, utilities, furniture, exam room equipment, and attached physical assets needed to provide medical care for the resident population. EQUIPMENT- The Contractor shall provide all necessary EKG and Phlebotomy equipment and supplies. All equipment shall be approved by the Healthcare Services Administrator and the AFRH-W Safety Officer prior to use. This equipment shall be inventoried by the Contractor. New equipment brought on site shall also be approved by the Director of Campus Operations for safety and utilities. In order to set this solicitation aside, Public Debt needs to ensure that the set aside community is capable of fulfilling the above requirements. Please provide us with the following information within 7 days of this request: 1. The name and location of your company, contact information, and identify the company as one or more of the following: 1) small business; 2) 8(a) business; 3) HUBZone small business; 4) small disadvantaged business; 5) woman-owned small business; (6) veteran-owned small business; (7) service-disabled veteran-owned small business, or (8) large business. 2. Provide information that clearly indicates your capability to meet the above requirements. The name and contact information for customers, current or previous, for which you have provided services similar to the ones that we require. Interested parties are requested to submit responses electronically to Lisa Wells at ntprocurement@bpd.treas.gov. Or, responses may be addressed to: Lisa Wells, Bureau of the Public Debt, Division of Procurement, 200 Third Street, UNB 4, Parkersburg, WV 26101. E-mail responses requiring more than 5 megabytes of memory must be sent as separate files. No other information regarding this requirement will be provided at this time. Your response, while appreciated, is completely voluntary. If you have any questions, please contact Lisa Wells at 304-480-7026. Interested offerors may register at http://www.fedbizopps.gov to receive notification when the solicitation and any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FedBizOpps site for all information relevant to desired acquisitions. If the Internet option is not available to you, you may receive a hard copy of the solicitation and any amendments (via U.S. Mail) by faxing your request to (304) 480-7203 or e-mailing your request to ntprocurement@bpd.treas.gov. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-OCT-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/TREAS/BPD/DP/BPD-05-CI-0006/listing.html)
 
Place of Performance
Address: Washington, DC
Country: USA
 
Record
SN00695644-F 20041020/041018211814 (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.