SOURCES SOUGHT
Q -- Health Care Units for Department of Justice - SOW & Attachments
- Notice Date
- 5/6/2011
- Notice Type
- Sources Sought
- NAICS
- 621999
— All Other Miscellaneous Ambulatory Health Care Services
- Contracting Office
- Department of Justice, Justice Management Division, Procurement Services Staff (PSS), Two Constitution Square, 145 N Street, N.E., Suite 8E.300, Washington, District of Columbia, 20530, United States
- ZIP Code
- 20530
- Solicitation Number
- DJJA-11-RFI-0706
- Point of Contact
- Miguel B. Shivers, Phone: 202-307-1970
- E-Mail Address
-
Miguel.B.Shivers@usdoj.gov
(Miguel.B.Shivers@usdoj.gov)
- Small Business Set-Aside
- N/A
- Description
- Applicable Attachments DRAFT Statement of Work THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES ONLY! The Department of Justice (Department or DOJ) is developing an acquisition strategy for a comprehensive program of occupational health and wellness which includes, but is not limited to on-the-job injuries or illnesses, various screenings, health risk appraisals, examinations, health fitness, profiles and counseling, emergency medical treatment, and the administration of allergy shots and other immunizations to employees of the Department. As part of this process, we are seeking information about small businesses that are capable of providing the services outlined in the attached draft Statement of Work (SOW). Please note that this is a market survey for informational purposes only and IS NOT a Request for Proposals (RFP). No contract will be awarded based on this announcement and no reimbursement will be made for costs associated with responding to this announcement. All responses must be submitted via e-mail in accordance with the instructions that follow. The work outlined in the draft SOW indicates that the responsible contractor shall provide a wide range of non-emergency and emergency occupational health care including, but not limited to, direct medical treatment, physical examinations, prevention and wellness services such as, counseling in nutrition, fitness, and stress management. Every effort shall be made to meet the needs of the employee while on the job or until outside medical attention can be obtained. The resulting contract will be a firm-fixed price type contract to include a one-year base period and four one-year option periods. The place of performance is the Washington, D.C. metropolitan area. The final solicitation will be issued on a competitive basis utilizing the procedures of FAR Part 12. Responses to this announcement must provide detailed, concise information about the company's qualifications and experience in providing support services similar in size, scope and complexity, as identified in the attached draft statement of work within the past three (3) years. Project information shall include the contract number, dollar value, period of performance, current status, and current point of contact information including name, address, telephone number, and e-mail address. Of specific importance, submitted capabilities statements must address a company's past performance equivalent to the following tasks/requirements as identified in the attached draft statement of work: 1. Must have past performance experience equivalent to providing consultative services, administer medications, and maintain confidential and complete medical records of services provided. 2. Must have past performance experience equivalent to providing emergency medical treatment, including diagnosis and initial treatment of illness or injury that becomes necessary during work hours. 3. Must have past performance experience equivalent to providing health counseling to individual employees as requested or required from sources including, but not limited to, physical examinations and observations from supervisors or management personnel. 4. Must have past performance experience equivalent to providing comprehensive physical examinations, and fitness for duty examinations. 5. Must have past performance experience with participating in Continuity of Operations Plans (COOP) meetings including planning for Pandemic Influenza or other national emergencies. The applicable North American Industry Classification System (NAICS) code for this solicitation is 621999 (All Other Miscellaneous Ambulatory Health Care Services), which has a size standard of $10M. In addition, the response must identify the small business size status (i.e., small, 8(a), small disadvantaged, HUBZone, service-disabled veteran-owned, women-owned) of the interested offeror and not exceed five (5) pages. All responses must be submitted electronically to miguel.b.shivers@usdoj.gov and be received no later than May 13, 2011 at 12:00 p.m. (noon) Eastern Standard Time (EST). Contracting Office Address: Department of Justice, Justice Management Division, Procurement Services Staff (PSS), Two Constitution Square, 145 N Street, NE, Washington, D.C. 20530, UNITED STATES
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/JMD/PSS/DJJA-11-RFI-0706/listing.html)
- Place of Performance
- Address: Zip code 20530, Washington, District of Columbia, 20530, United States
- Zip Code: 20530
- Zip Code: 20530
- Record
- SN02442345-W 20110508/110506234829-081987702f68b05b55ebb691fb8f26e5 (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 |