SOURCES SOUGHT
Q -- Patient Transport and External Patient Care
- Notice Date
- 3/13/2018
- Notice Type
- Sources Sought
- NAICS
- 622110
— General Medical and Surgical Hospitals
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
- ZIP Code
- 20892-5480
- Solicitation Number
- SBSS_20180312_SAN
- Point of Contact
- Susan Nsangou, Phone: 3014969351
- E-Mail Address
-
susan.nsangou@nih.gov
(susan.nsangou@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT NOTICE to determine the availability and capability of sources (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses). This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, Solicitation, Request for Quotes, or an indication the Government will contract for the items contained herein. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this sources sought. Any responses received will not be used as a proposal. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the government. This is NOT a Request for Proposal (RFP), Invitation for Bid, or an announcement of a solicitation. Response to this REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT NOTICE (SSN) is strictly voluntary and will not affect any firms' ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement. The purpose of this synopsis is for the National Institutes of Health (NIH), Clinical Center (CC), Office of Purchasing and Contracts (OPC) to identify potential sources for the requirement for Patient Transport and External Care at Hospitals. Any requests for a solicitation package will be disregarded. The Government does not intend to award a contract on the basis of this RFI/SSN or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI/RFI and the Government's use of such information. RFI/SSN RESPONSE INSTRUCTIONS Companies are encouraged to respond if they have the capability and capacity to provide the identified products and services with little or no disruption of services to the current users at the NIH/CC. Interested small business potential Offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Pricing information is encouraged, but not required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to 20 pages, and must include: 1. Company name, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for a NAICS: 622110 with size limitation standards of the employees and status, if qualified as an 8(a) firm (must be certified by the Small Business Administration (SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number (TIN), and company structure (Corporation, LLC, partnership, joint venture, etc). Companies also must be registered in the System for Award Management (SAM) at www.sam.gov to be considered as potential sources. 5. Identification of the firm's government-wide acquisition contract (GWAC) by Schedule number and contract number and/or SINs that are applicable to this potential requirement are also requested (e.g. GSA, NITAAC, NASA SEWP). Please submit copies of any documentation, such as letters or certificates to indicate the firm's status (see item #3 above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement shall also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. Interested Offerors should submit their capability statement not exceeding twenty (20) pages in length, excluding standard brochures. All information received in response to this notice that is marked Proprietary will be handled accordingly. Information provided in response to this notice will be used to assess alternatives available for determining how to proceed in the acquisition process. This notice is part of Government Market Research, a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The NH/CC will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, the content of any responses to this notice may be reflected in subsequent solicitation. NIH/CC/OPC reserves the right to contact any respondent to this notice for the sole purpose of enhancing NIH/CC/OPC 's understanding of the notice submission. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. It is emphasized that this is a notice for planning and information purposes only and is not be construed as a commitment by the government to enter into a contractual agreement, nor will the government pay for information solicited. The NIH CC invites all interested parties that have the resources, capabilities, and expertise to submit a written response to this Request for Information (RFI)/Sources Sought Notice (SSN). The NIH Clinical Center (CC) is not a general hospital that provides a comprehensive set of available clinical services, therefore, transport to other healthcare facilities that are staffed and equipped to deal with urgent and emergent clinical issues or services not immediately available at the CC is sometimes indicated. Additionally, there is limited capacity to serve young children in some specialty areas and no pediatric intensive care unit (ICU). A number of clinical indications necessitate transfer, based on availability of expertise and specialized circumstances in the Receiving Institutions and the absence, thereof, in the CC. The Receiving Institution (RI) will provide transport for critically ill patients and, in most cases, once these patients have been treated at the RI, they will be transported back to the CC. Types of transport may include ground transportation or, in unusual circumstances, air transport. Patient Care The RI, an institution that specialize in certain types of care. Below is a list of specialized services that may be sought from the RI (with additional details in Appendix A); however, it is a representative rather than exhaustive list. • Adult patients (18 years and older) o Extracorporeal Membrane Oxygenation (ECMO) o Acute Stroke o Specialty Surgery  Cardiothoracic Surgery  Plastic Surgery  Vascular Surgery • Pediatric patients (17 years and younger) o Intensive Care o Specialty surgery, which may include the following:  Neurosurgery  Cardiology  Nephrology Care provided will be in collaboration with the NIH Institute's primary physician/principal investigator, or a member of their research team. It is critical during the stay of a patient, for the Receiving Institution to maintain strict observance of the patient's research protocol plan of care, where possible and practicable. This RFI/SSN is being sought strictly for the purpose of gaining knowledge of services and supplies available with an estimate of their corresponding costs and should not be construed as intent, commitment, or promise to acquire services, supplies, or solutions offered. No contract will result from any response to this RFI/SSN. The NIH CC will not pay for any information herein requested nor is it liable for any cost incurred by the vendor. Respondents will NOT be notified of the results of the evaluation. Responses to this Request for Information/Sources Sought Notice shall be submitted before the closing date and time to the attention of the Purchasing Agent listed below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/SBSS_20180312_SAN/listing.html)
- Place of Performance
- Address: DC Metro Area, United States
- Record
- SN04852432-W 20180315/180313231214-8e7fd13bfb1e43ccd528a682ee21261d (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 |