SPECIAL NOTICE
Q -- Army Physical Disability Evaluation System
- Notice Date
- 5/9/2012
- Notice Type
- Special Notice
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
- ZIP Code
- 78234-5015
- Solicitation Number
- W81K04-12-R-PDES
- Archive Date
- 8/7/2012
- Point of Contact
- maria fidone, 210-221-4226
- E-Mail Address
-
Center for Health Care Contracting
(maria.fidone@amedd.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Physical Disability Evaluation System, (PDES) The U.S. Army Medical Command (MEDCOM), Center for Health Care Contracting (CHCC), on behalf of the Office of the Surgeon General (OTSG) is issuing a request for information (RFI) to solicit industry on commercial insight on performance-based solutions, best practices, possible contractual arrangements, and potential issues. THIS IS A REQUEST FOR INFORMATION ONLY. It is not a request for proposal, a request for quotation, an invitation for bid, a solicitation, or an indication that CHCC will contract for the items contained in the RFI. This RFI is part of a government market research effort to determine the scope of industry capabilities and interest and will be treated as information only. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the government to form a binding contract. Responses to this RFI are strictly voluntary and the government will not pay respondents for information provided in response to this RFI. Responses to this RFI will not be returned and respondents will not be notified of the result of the review. If a solicitation is issued, it will be announced on the Federal Business Opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that solicitation announcement separately from any response to this announcement. This RFI does not restrict the government's acquisition approach on a future solicitation. The CHCC has a requirement for a contractor to provide nonpersonal services for the Army Physical Disability System (PDES) process in support of Army military treatment facilities (MTFs). The Army has the capacity to process 15,000 PDES cases per year with workloads peaking in excess of 20,000 cases per year. The PDES workload is tied to deployment and re-deployment cycles of combat units. There is currently a workload overflow. The contractor shall augment the PDES workload overflow. These services shall consists of providing service members with an overview of PDES process, compiling and maintaining service treatment records, and completing a narrative summary. The initial MTF service site will be Dwight David Eisenhower Army Medical Center. Additional MTFs will be added in the option years. The contractor shall provide and operate their own facilities located within a 25 mile radius of each MTF. The government will provide the computers and access to system applications for each contractor facility. It is anticipated that any resultant contract(s) that might result from this survey would have a period of performance from 01 Feb 13 through 31 Jan 2014 and will have four option years. The North American Industrial Classification System (NAICS) code is 621111; and the small business size standard is $10 M. The Government desires that respondents offer their experience and recommendations on the following questions and issues related to the PDES requirements, and provide comments on how to improve the Performance Work Statement (PWS). We recommend that you first review the draft PWS so that you may have a better insight on the question below. We anticipate the contract will have a 6 month phase -in period per MTF in order for the contractor to secure a facility, install network cable, recruit, hire and train staff. 1. Does the contractor foresee any problem with being able to secure facilities within a 25 mile radius of the following MTS Dwight David Eisenhower Army Medical Center (Fort Gordon, GA), Irwin Army Community Hospital (Fort Riley, KS), Ireland Army Community Hospital (Fort Knox, KY), Carl R. Darnall Army Medical Center (Fort Hood, TX), Womack Army Medical Center (Fort Bragg, NC), Madigan Army Medical Center (Joint Base Lewis-Mchord, WA), Brooke Army Medical Center, Fort Sam Houston, TX) within 30 days of the phase in for each MTF? 2. Does the contractor foresee any problem with being able to secure a facility that will allow cable network installation and other requirements outlined in the PWS? 3. Is the 6 month phase -in period sufficient time to install the network cable, recruit, hire and train staff, and satisfy the other phase-in requirements of the PWS? 4. The contractor shall also be responsible for furnishing information technology equipment listed in attachment 14 of the PWS. Does the 6 month phase-in period allow sufficient time to obtain the necessary equipment? 5. The Government will also provide government unique training to include but not limited to AHLTA, AKO, CHCS, eMEB, VTA and e-PROFILE and PEBLO training to CSPs who are performing services under this contract. Does the 6-month phase- in period allow sufficient time for training? 6. During the phase in period the contractor physician is required to be credentialed by the MTF Commander. Is this sufficient time? 7. Should the government no longer need services at one of the locations, will contractor be able to terminate the lease and reinstate the lease the government requires service at that location for in the future? Is this feasible? 8. How familiar is your firm with the PDES process? 9. How familiar is your firm with the HIPPA requirements? 10. Are there any innovative approaches used by your company for these types of services? If so please explain. 11. Is there a particular contract line item (CLIN) structure (i.e. firm-fixed price, labor hour, etc) that is preferred? 12. Are there standard commercial rates for these services? Can prices be firm-fixed for all locations? 13. Does the government provide sufficient detail information in section 5 specific tasks of the PWS for the contractor to have a clear understanding of the requirement and perform the tasks? 14. Does the contractor have the capability to recruit and hire qualified physicians, psychiatrist, physician assistants and nurse practitioners for each MTF? Please provide staffing requirements. 15. How relevant is your past performance concerning this requirement? Please provide examples with specific contract numbers, dollar values and the magnitude of those similar services currently or previously performed and location. 16. What is the business size standard of your company (small business, small disadvantage business, service disabled veteran owned small business, HUBzoned, 8a, Large, etc.)? If 8a eligible, please provide current status regarding your schedule graduation date from the 8a program under this NAICS. 17. What makes your company a market leader for this type of service? 18. Provide any concerns, comments or recommendations you may have with the attached draft PWS. Give specific PWS paragraph numbers for reference. 19. Is 30 days a sufficient amount of time for a contractor to prepare a proposal given the scenario of a full trade-off best value source selection requiring technical and price proposal and past performance information? 20. Does your company have the capability to provide mobile PDES services (i.e. provide a mobile office on site on a temporary basis)? Respondents to this RFI should describe their interest and ability to perform the requirement summarized within this notice by submitting answering each question and providing a capability statement. Responses should contain Company Name, Address, Point of Contact, Phone Number, Fax Number, CAGE Code, Size of Business pursuant to NAICS code 621111 (size standard $10M) and GSA contract number. Please submit all responses through e-mail to the point of contact identified in the section below. Responses should be formatted as either MS Word (.doc) or Adobe Portable Document Format (.pdf) and should be limited to a maximum of five (5) pages. Proprietary/Competition Sensitive information (appropriately marked) will be protected from disclosure to the greatest extent practical, however it is preferred that respondents do not provide proprietary or otherwise restricted responses. Responses should be submitted to both POCs listed below no later than 3:00 PM CDST, 18 May 12. No faxes, courier delivered, or telephone inquiries/submissions will be accepted. Center for Health Care Contracting POCs Contract Specialist: Maria Fidone, 210-295-4760 Maria.fidone@amedd.army.mil Contracting Officer: Annabel Rivera, 210-295-4357 Annabel.rivera@amedd.army.mil Contracting Office Address: ATTN: MCAA-C-PA USAMEDCOM, Health Care Acquisition Activity Center for Health Care Contracting 2199 Storage Street, Suite 68 Fort Sam Houston, TX 78234-5074 Attachments: 1.Draft Performance Work Statement (PWS) to include Historical Data
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-12-R-PDES/listing.html)
- Record
- SN02743154-W 20120511/120509235047-e2ac187082a4e305f4625a65890d101f (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 |