Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2025 SAM #8454
SOURCES SOUGHT

R -- Medical Case Management - DC ARNG

Notice Date
1/17/2025 6:57:30 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
W7M1 USPFO ACTIVITY DC ARNG JOINT BASE ANACOSTIA DC 20373-5115 USA
 
ZIP Code
20373-5115
 
Solicitation Number
PANNGB25P0000006338
 
Response Due
1/23/2025 10:00:00 AM
 
Archive Date
02/07/2025
 
Point of Contact
CPT Brett Verzi
 
E-Mail Address
brett.a.verzi.mil@army.mil
(brett.a.verzi.mil@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
INTRODUCTION The District of Columbia, Army National Guard 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 Medical Case Management. 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 MAY 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 PERFORMANCE Location: Washington DC 100% On-Site Government 0% Off-Site Contractor 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. RESPPONSES 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 BACKGROUND The DCARNG State Surgeons Office, is designed to develops and executes medical policies and procedures for the National Guard. They also work with state and federal partners to ensure the health and readiness of National Guard members. In accordance with these assignments, State Surgeons Office provides the following: Medical policies: Create and implement medical policies and procedures for the National Guard Medical readiness: Develop and execute medical readiness policies and procedures Health promotion: Promote health promotion principles and provide health care supervision Medical training: Develop and coordinate medical training for individuals, units, and leaders REQUIRED CAPABILITIES The District of Columbia Army National Guard (DCARNG) has a requirement to provide medical case management services for DCARNG Service Members, thereby promoting health and wellness in order to maintain operational deployability >90%. Deployability is the minimal standard of fitness for duty. Soldiers with certain medical conditions require administrative considerations and assignments in order to ensure Soldiers are used within their functional capabilities without undue hazard to their health and wellbeing as well as ensure they do not produce a hazard to the wellbeing of other Soldiers. The intent of this requirement is to contract for Medical Case Management services related to Medical Readiness Support for military personnel of the DCARNG. The Contractor shall provide Medical Case Management services in support of the areas specified above. This requirement is for one (1) Registered Nurse and two (2) Medical Records Technicians. Further detail will be provided in the draft Performance Work Statement (PWS) when it is published with a future RFI at a later date. 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. 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. ELIGIBILITY The applicable NAICS code for this requirement is 541611. The Product Service Code is R499. This will be a small business set a side, each respondent must clearly identify their business size in their capabilities statement. 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, CPT Brett Verzi, brett.a.verzi.mil@army.mil. 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://sam.gov/opp/17ae9f93e44e497386cad029e1af5322/view)
 
Place of Performance
Address: Washington, DC 20003, USA
Zip Code: 20003
Country: USA
 
Record
SN07317029-F 20250119/250117230106 (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 |
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.