Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2005 FBO #1273
SOURCES SOUGHT

Q -- Nursing Services

Notice Date
5/20/2005
 
Notice Type
Sources Sought
 
NAICS
623110 — Nursing Care Facilities
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535
 
ZIP Code
94535
 
Solicitation Number
Reference-Number-FA4427-05-R-0012
 
Response Due
6/9/2005
 
Archive Date
6/24/2005
 
Description
This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this sources sought synopsis is to gain knowledge of potential qualified sources and their size classification relative to NAICS Code 623110 (Size Standard of $11,500,000.00). Project Information: The objective of this service is to provide registered nurses and allied healthcare staffing who possess the skills, knowledge and ability to independently perform the work required by this PWS. Services include the following specialties: Registered Nursing, (general, operating room), intensive care, ob/gyn, ER, licensed practical/vocational nurse, certified medical assistant, certified nurse assistant, cytotechnologist, laboratory technician, medical technician, histotechnologist, social worker, dietician, certified surgical technician, mammographer, radiation therapist/radiological therapeutic technologist, certified pharmacy technician. Work shall be performed at the US Air Force David Grant Medical Center and McClellan Satellite Clinic. Responses to this sources sought synopsis will be used by the government to make appropriate acquisition decisions. A forthcoming draft copy of the Performance Work Statement (PWS) will be attached for industry comments. The draft is provided for industry to suggest ways of improving the PWS. Some suggestions for improvement include methods or approaches to reduce contract costs; suggestions to improve performance requirements or other contractual requirements; identify requirements that represent significant technical or scheduling risks and/or tradeoffs. The intended contract shall provide the Government the option to extend the contract in one-year increments for a base and four option years. Responses to this notice should include company name, address, telephone number, point of contact, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) and respond to the following questions: (1) Is your business a large or small business? (2) If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified "hub zone" firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran-Owned? (7) What are the standard industry terms and conditions, payment provision, and acceptance provisions? (8) What are the industry surveillance methods? (9) What are the cost drivers? (10) Bid schedule recommendation. (11) Clin or line item structure (12) Which services can be provided for locally ? which can be provided offsite? (13) What are the factors used to evaluate service providers? (14) What kind of performance incentives are used? (15) Who owns and provided needed equipment and supplies? (16) What are the qualifications of persons providing the service? (17) What quality control standards are used in the industry? (18) Would a performance plan be appropriate for this requirement? (19) How are services segmented commercially? Are you interested in one-on-one discussions. After the review of the responses to this sources sought announcement, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in the CBD. Responses to this sources sought synopsis are not adequate response to the solicitation announcement. All interested offerors will have to respond to the solicitation in addition to responding to this sources sought synopsis. This is not a request for proposals and in no way obligates the Government to award any contract. Responses to this sources sought notice shall be mailed to 60 CONS/LGCB, A1C Rebecca Laton, 350 Hangar Ave., Bldg 549, Travis AFB, CA 94535-2632 or email to rebecca.laton@travis.af.mil. Telephone responses will not be accepted. Responses must be received no later than 3:00 p.m., PST, on 9 June 2005. Firms responding to this announcement which fail to provide all of the required information cannot be used to help the Government make the acquisition decisions which is the intent of this synopsis. This notice is to help Travis AFB in determining potential sources only. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. All interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought synopsis is NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation.
 
Place of Performance
Address: 101 Bodin Circle, Travis AFB, CA
Zip Code: 94535
Country: USA
 
Record
SN00812108-W 20050522/050520212503 (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.