SOURCES SOUGHT
Q -- RFI for Licensed Vocational Nursing and Certified Nursing Assistant Services
- Notice Date
- 8/16/2012
- Notice Type
- Sources Sought
- NAICS
- 621399
— Offices of All Other Miscellaneous Health Practitioners
- Contracting Office
- Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2199 Storage Street, Suite 68, Fort Sam Houston, TX 78234-5074
- ZIP Code
- 78234-5074
- Solicitation Number
- W81K04-RFI-LVNCNA
- Response Due
- 9/5/2012
- Archive Date
- 11/4/2012
- Point of Contact
- Anush Collins, 210-295-4456
- E-Mail Address
-
Center for Health Care Contracting
(anush.collins@amedd.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: Notice Type: W81K04-RFI-LVNCNA Sources Sought Synopsis: RFI- Licensed Vocational Nursing and Certified Nursing Assistant Services The U.S. Army Medical Command (MEDCOM), Center for Health Care Contracting (CHCC), on behalf of the Department of the Army, has developed this Request for Information (RFI) to solicit market research information from industry to assist the Government with analysis of a Government requirement and provide 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 Bids, a Solicitation, or an indication the 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. A draft performance work statement (PWS) is attached to this announcement. The Government desires that respondents offer their experience and recommendations on the following questions and issues related to the LVN and CNA requirements of the DoD. When addressing these items, respondents should consider the size and scope of the requirement described herein. Questions: The Government desires that respondents offer their experience and recommendations on the following questions related to the LVN/CNA service requirement. When addressing these items, respondents should consider the multi-location scope of the effort in providing a large number of qualified personnel. (1) Does you company currently provide LVN and CNA nursing services to organizations within the commercial market? If so, describe the services, including scope and complexity. What are your commercial performance standards, terms and conditions? (2) Does your company currently provide nursing services to the Federal Government? If so, describe the services, including scope and complexity. Also, if so provide GSA schedule information if applicable. (3) What are some of the challenges with recruiting LVN and CNA in the San Antonio market? (4) Is your company aware of any significant event(s) that will impact the San Antonio nursing market within the next five years? (5) Does you company offer relocation, retention, and/or recruiting incentives? If so, please describe. (6) Does you company typically recruit full-time, part-time, floaters, locum tenens, and or subcontract LVN or CNAs. (7) If you have placed any LVN or CNAs in the San Antonio market, how many in past 12 months? What has been your turnover rate? (8) What type of acquisition strategy would you recommend for this type of requirement? Include contract type, line item structure, unit of issue, pricing arrangements, and performance incentive strategies in your response. Respondents to this RFI should describe their interest and ability to perform the requirements summarized within this notice. Responses should contain Company Name, Address, Point of Contact, Phone Number, Fax Number, CAGE Code, Size of Business pursuant to NAICS code 621999 (size standard $10,000,000) and GSA contract number, if any. Responses should address the company's experience in providing similar services to medical facilities including commercial, military, or other federal Government hospitals and treatment facilities. When describing this past experience, a brief description of the size, scope, and complexity of the requirement and the contracting vehicle should be provided. To be of greatest value, responses should address the aforementioned questions and issues. Reponses should be e-mailed to the point of contact identified in the below section. Responses should be formatted as either MS Word (.doc) or Adobe Portable Document Format (.pdf) and should be limited to a maximum of ten (10) 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 no later than 3:00 PM CDST, 5 September 2012. No faxes, courier delivered, or telephone inquiries/submissions will be accepted. It is anticipated that any resultant contract(s) that might result from this survey would have a period of performance from date of award through 30 September 2018. The North American Industrial Classification System (NAICS) code is 621399; and the small business size standard is $7M. For questions related to this requirement forward your emails to the following contract Point of Contact: Anush Collins, 210-221-4695 Email your questions to Center for Health Care Contracting at: Anush.Collins@amedd.army.mil Contracting Office Address: Center for Health Care Contracting ATTN: MCAA-C-PA, Bldg 4197 2199 Storage Street, Suite 68 Fort Sam Houston, TX 78234-5074
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-RFI-LVNCNA/listing.html)
- Place of Performance
- Address: Center for Health Care Contracting ATTN: MCAA C BLDG 4197, 2199 Storage Street, Suite 68 Fort Sam Houston TX
- Zip Code: 78234-5074
- Record
- SN02843500-W 20120818/120817001254-c55b13ca8a80d730c4851ece1afc8745 (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 |