SOURCES SOUGHT
Q -- Hemodialysis Services
- Notice Date
- 11/25/2019 4:09:06 PM
- Notice Type
- Sources Sought
- NAICS
- 621492
— Kidney Dialysis Centers
- Contracting Office
- W40M REGIONAL HEALTH CONTRACTING OF FORT SHAFTER HI 96858 USA
- ZIP Code
- 96858
- Solicitation Number
- W81K0220Q0027
- Response Due
- 12/3/2019 12:00:00 PM
- Archive Date
- 05/05/2021
- Point of Contact
- Scott Saito, Phone: 808-438-5117
- E-Mail Address
-
scott.k.saito.civ@mail.mil
(scott.k.saito.civ@mail.mil)
- Description
- The Regional Health Contracting Office - Pacific is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for non-personal dialysis services at Tripler Army Medical Center, Hawaii. The intention is to procure these services on a competitive basis.BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards will not be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.PLACE OF PERFORMANCELocation: Tripler Army Medical Center, Hawaii% On-Site Government = 100%% Off-Site Contractor = 0%DISCLAIMER“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.”PROGRAM BACKGROUNDThe Department of Medicine at Tripler Army Medical Center (TAMC), Hawaii, is designated as the military healthcare system (MHS) to ensure the nation has available at all times a healthy military force supported by a combat ready healthcare system. Health care services for eligible MHS beneficiaries are provided at military treatment facilities (MTF) located on or near military installations or posts. In accordance with these assignments, TAMC provides the following: During a single day of operations at TAMC, personnel serve an average of 1,728 meals, tend to 2,248 clinic visits and 110 emergency room visits, fill 1,193 prescriptions, complete 25,000 pathology procedures and deliver eight (8) infants. On a typical day, 32 new patients are admitted as 159 beds are occupied. TAMC is a 450 bed tertiary care facility located in Honolulu and represents the principle military referral center for the entire Pacific Basin. TAMC provides neurosurgical care for the large military population on the island of Oahu as well as referral care for military and civilian patients from the Pacific islands and Asia, with an average of 175 surgical cases and 2700 outpatient visits per year. Clinic hours are from 0700 to 1530 Monday-Friday (excluding federal holidays).REQUIRED CAPABILITIESRequired capabilities include but are not limited to the following: The Contractor shall provide comprehensive dialysis services to include; dialysis nurses and/or dialysis technicians, dialysis machines, dialysis equipment, and repair and maintenance for both inpatient and acute dialysis. The contractor shall provide and service equipment necessary to render dialysis and services including, but not limited to, portable dialysis machines, portable water treatment and all ancillary equipment. Contractor is responsible for Central Reverse Osmosis with associated site prep and equipment as needed. Provides culture reports to MTF infection control, and quality and maintenance reports to MTF Medical Maintenance to validate serviceability in accordance with organization’s quality assurance and quality control protocol. Delivers dialysis services and dialysis supplies to meet demand for approximately 600 to 900 hemodialysis treatments each year. Contract personnel shall provide patient education on renal failure and dialysis. Contractor shall document care of patient and provide documentation to TAMC. The dialysis provider shall meet all TAMC, Joint Commission, OSHA, local and federal government requirements to provide safe patient care. The contractor shall have a minimum of 1-year experience providing comprehensive dialysis services.Registered Nurses: Education: The contract RN shall be a graduate of a nationally accredited or State approved nursing program.Licensure: The contract RNs shall be Certified Hemodialysis Nurses. Contract RNs shall present proof of education and training specific to care and treatment of the hemodialysis patient.Experience: Contract RNs shall have a minimum of 1 year of continuous experience in an acute inpatient and outpatient setting within the last year and currently providing hemodialysis treatments. Must currently be providing inpatient acute and chronic hemodialysis treatments.Dialysis Technicians:Education: The contract Dialysis Technician shall be a graduate of a nationally accredited or State approved practical nursing program.Licensure: The contract Dialysis Technicians shall be Certified Hemodialysis Technicians. Contract Dialysis Technicians shall present proof of education and training specific to care and treatment of the hemodialysis patient.Experience: Contract Dialysis Technicians shall have a minimum of 1 year of continuous experience in an acute inpatient and outpatient setting within the last year and currently providing hemodialysis treatments.If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.ELIGIBILITYThe applicable NAICS code for this requirement is 621492 with a Small Business Size Standard of $38.5 Million. The Product Service Code is Q201. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 10 am, HST, 03 December 2019. All responses under this Sources Sought Notice must be e-mailed to scott.k.saito.civ@mail.milThis documentation must address at a minimum the following items:1.) What type of work has your company performed in the past in support of the same or similar requirement?2.) Can or has your company managed a task of this nature? If so, please provide details.3.) Can or has your company managed a team of subcontractors before? If so, provide details.4.) What specific technical skills does your company possess which ensure capability to perform the tasks?5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods.6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.The estimated period of performance consists of base year plus four (4) option periods. Specifics regarding the number of option periods will be provided in the solicitation.The contract type is anticipated to be Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract.Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Scott Saito, in either Microsoft Word or Portable Document Format (PDF), via email at scott.k.saito.civ@mail.mil.All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.No phone calls will be accepted.All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fa5aceadad1349799ad7b2f0aa6dab53/view)
- Place of Performance
- Address: 70400, HI 96859-5000, USA
- Zip Code: 96859-5000
- Country: USA
- Zip Code: 96859-5000
- Record
- SN05503397-F 20191127/191125230301 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |