SOURCES SOUGHT
Q -- Professional Medical Services (medical, audiometric, and optometric screening examinations)
- Notice Date
- 10/26/2010
- Notice Type
- Sources Sought
- NAICS
- 621999
— All Other Miscellaneous Ambulatory Health Care Services
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
- ZIP Code
- 80840-2315
- Solicitation Number
- 7000
- Archive Date
- 12/10/2010
- Point of Contact
- Sean H. Jenkins, Phone: 7193334739, John A. Kwiatkowski, Phone: 7193333819
- E-Mail Address
-
sean.jenkins@usafa.af.mil, john.kwiatkowski@usafa.af.mil
(sean.jenkins@usafa.af.mil, john.kwiatkowski@usafa.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Description THIS IS A SOURCES SOUGHT SYNOPSIS. The Department of Defense Medical Examination Review Board (DODMERB), located at the U.S. Air Force Academy, is seeking qualified, interested sources for the re-competition of the DODMERB contract for professional medical services. Qualified small businesses, as defined in Federal Acquisition Regulation (FAR) Part 19, are encouraged to respond. The DODMERB contract provides for professional medical services to accomplish complete medical, audiometric, and optometric screening examinations for the United States Service Academies (Air Force, Army, Navy, and Coast Guard, and Merchant Marine), Reserve Officer Training Corps. (ROTC), and the Uniformed Services University of Health Sciences (USUHS). Required services shall be performed throughout the United States and its territories. Therefore the contractor is required to establish/provide multiple examination centers at various locations throughout the country and territories as specified. The contract is expected to begin 1 Oct 2011 with a 30-day phase-in (01-30 September 2011). The basic period of performance is anticipated to be one year, with 4 one-year options. Contracted services include, but are not limited to, providing for the professional examinations as listed above (medical, audiometric, and optometric screening examinations), remedial medical consultations and tests (approximately 30% of the total physical exams processed per year require additional medical tests, limited repeat physical examinations and/or specialty medical examinations ), personnel management, information technology capable of receiving and sending data electronically to a web based, hypertext protocol secure (https) client server, and the ability to maintain a database of scheduled applicants, and be able to prepare management reports. The approximate number of examinations annually for this effort is 30,000 (range +/- 1500-3500 per month). However, this number is only approximate based on historical data, and is not to be considered exact or binding. Interested and qualified sources are requested to provide a statement of current capability and past performance information no later than 25 November 2010, 2:00 pm Mountain time. Sources must demonstrate management and technical experience on similar acquisitions, specifically addressing the requirements specified in this synopsis, and demonstrate the ability to obtain the resources necessary to successfully compete for this requirement. Interested and qualified sources are requested to provide the following information: (1) Company name, address, telephone number, point of contact, e-mail address, business size (North American Industry Classification System (NAICS) is 621999 "All Other Miscellaneous Ambulatory Health Care Services"), and general description of the company and services provided. (2) A list of your company's most recent and relevant DoD or commercial contracts (not to exceed 4) to include contract number, place of performance, customer point of contact, telephone number, contract type, amount of award, period of performance and a brief description of the services required and whether performance was considered acceptable or an explanation for performance problems noted. Respondents are asked to limit submissions to eight (8) pages or less (if practical), or minimum number of pages necessary to address your company's capability. Graphics and pictures must be kept to a minimum. All data may be mailed, faxed or emailed to the contracting specialist specified below. Respondents who submit proprietary data shall clearly mark the data with appropriate markings. Multiple awards are not being considered. A fixed-price type contract is contemplated. A Performance Price Tradeoff (PPT) will be conducted at The United States Air Force Academy, CO. Solicitation documentation will be released incrementally on the worldwide web at the following website: http://www.fbo.gov/ (FedBizOpps), as it becomes available. Interested parties must check the site for new documents and updates on a regular basis. Potential offerors are invited to submit questions, comments, and suggestions concerning any and all documents. In the interest of creating the highest quality package possible, all questions and comments will be reviewed and considered by the Government. Answers to questions received will appear at FedBizOpps (hereafter referred to as website) when considered appropriate by the Contract Specialist. Draft documents will be revised periodically and posted to the website when considered practical. Documents may be downloaded from the website; the Government does not intend to provide hard copies of any documents. No telephone calls for these documents will be accepted. This synopsis is for information and planning purposes only, and does not constitute a solicitation for bids/proposals. The Government will not pay for any information submitted as a result of this synopsis. The USAFA point of contact is: Primary: Contract Specialist Mr. Sean H. Jenkins, 8110 Industrial Drive, Suite 200, USAFA CO 80840, FAX: 719-333-9075, e-mail address: sean.jenkins@usafa.af.mil ; Alternate: Contracting Officer Mr. John A. Kwiatkowski, 8110 Industrial Drive, Suite 200, USAFA CO 80840, FAX: 719-333-9075, e-mail address: john.kwiatkowski@usafa.af.mil. Please note that all prospective contractors must register with the Central Contractor Registration (CCR) database to contract with the Department of Defense. To learn more about this CCR requirement and how to register, please visit the CCR website at http://www.bpn.gov/ccr or call 1-866-606-8220.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/7000/listing.html)
- Record
- SN02316732-W 20101028/101026233752-85eb47023443260bf3bf194e41273c68 (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 |