Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2018 FBO #6068
MODIFICATION

Q -- FOH Private Provider Network

Notice Date
7/3/2018
 
Notice Type
Modification/Amendment
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Health and Human Services, Program Support Center, Acquisition Management Services, 7700 Wisconsin Ave, Bethesda, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
18-233-SOL-00494
 
Archive Date
7/8/2018
 
Point of Contact
Debbie Hope,
 
E-Mail Address
debbie.hope@psc.hhs.gov
(debbie.hope@psc.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The purpose for this amendment is to correct the solicitation number stated in the original notice from 18-233-SOL-00483, to 18-233-SOL-00494. *************************************************************** The purpose of this synopsis is to provide notification of the proposed contract action under solicitation 18-233-SOL-00494 for the Dept. of Health and Human Services (DHHS), Program Support Center (PSC), Federal Occupational Health (FOH) Private Provider Network Services (FOHNet). The work to be performed under this requirement is to receive/access service referrals (via service/work orders), assign the provider(s) to be used, schedule patients, collect results, submit required medical records, perform quality assurance reviews of the services and results for completeness, and ship and/or transmit completed medical record reports to the location(s) designated by FOH. The Contractor's primary role is to facilitate the delivery of FOH services in urban, suburban, and rural areas where FOH either does not maintain an Occupational Health Clinic (OHC) or where an OHC is unable to perform the required services for an individual customer. The Contractor will maintain a network of public provider locations and staff capable of performing these services within the distance requirements and timeframes specific herein. This requirement is a commercial service and will utilize FAR Part 12, as supplemented. The award will be a multiple-award, the Government intends to award two (2) contracts for this acquisition. The anticipated period of performance will 1-year base with four 1-year options. Set Aside status: No set-aside is anticipated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/18-233-SOL-00494/listing.html)
 
Place of Performance
Address: Contract services will be performed nationwide (both CONUS and OCONUS), as indicated in the individual task orders., United States
 
Record
SN04977656-W 20180705/180703230657-a3f8b1569e0929136d70f1bda94f6d33 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.