SOURCES SOUGHT
Q -- FOH Service Provision Site Staffing
- Notice Date
- 1/18/2007
- Notice Type
- Sources Sought
- NAICS
- 621999
— All Other Miscellaneous Ambulatory Health Care Services
- Contracting Office
- Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101 5600 Fishers Lane, Rockville, MD, 20857, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-2007-FOH-SPS
- Response Due
- 2/5/2007
- Archive Date
- 2/20/2007
- Description
- THIS IS NOT A SOLICITATION. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), INVITATION FOR BID (IFB), REQUEST FOR QUOTES (RFQ), REQUEST FOR APPLICATION (RFA) OR AN ANNOUNCEMNT OF A SOLICITATION AND DOES NOT ASSUME THE GOVERNMENT WILL AWARD A CONTRACT OR PROCEED WITH ANY OF THE ABOVE SOLICITATIONS IN THE NEAR FUTURE. THIS NOTICE IS ONLY FOR MARKET RESEARCH PURPOSES. Federal Occupational Health Service (FOHS) provides comprehensive Occupational Health (OH) services to federal agencies throughout the Federal Government. In order to achieve its goal of providing nationwide comprehensive OH services to Federal agencies, FOHS requires the resources of various sources to assist in customer service and service delivery functions on a personal-services basis. Most of the requirement will be performed at established FOHS? Service Provision Sites (SPS). These SPSs are permanent appropriately equipped health centers typically located in buildings with large concentrations of federal employees found throughout the fifty United States, its territories and trusts. Occasionally, the requirement includes mobile or ?outreach? services at various other smaller federal locations, which may require local and long distance travel and overnight stays. In addition to routine services, temporary staffing is often required to support federal response to natural disasters or other emergencies. The requirement includes recruitment, retention, orientation, training, and oversight of all OH professional and administrative staff. Examples of labor categories include, but are not limited to: Area Nurse Managers, Physicians, Board Certified Physicians, Nurse Coordinators, Staff Nurses (RN and LPN), Nurse Practitioners, Physician?s Assistants, Health Educators, Medical Assistants, and Medical Administrative Support Personnel. The estimated full time employees and covered states are: Region A - 112 FTEs in TX, MO, MN, KS, IA, NE, OK, AR, LA, IL, IN, WI, MI, OH, KY, TN, NC, SC, GA, MS, FL and Puerto Rico. [Note: potential exists for future activity in AL, ND and SD and could be included.]Region B - 35 FTEs in NY, ME, MA, WV, CT, NJ, PA, NH. [Note: potential exists for future activity in RI and VT and could be included.]Region C - 80 FTEs in NM, CA, NV, WA, HI, UT, CO, ID, OR, AK, MT, AZ. [Note: potential exists for future activity in WY and could be included.] FOHS provides nationwide staffing and oversight of the SPSs following parameters agreed to between FOHS and its customer agencies in interagency agreements. The direct service delivery requirements are for staff to operate and serve in FOHS? SPS sites and provide services that meet the unique needs of their population. The operations of these sites must be provided in accordance with FOHS manuals and books, agency-specific policies and procedures, and the specific tasks as described in the interagency agreement?s statement of work. Examples of services that are delivered at these sites include but are not limited to (a) Walk in services (first aid/emergency care for on the job illness/injury) (b) Immunizations (c) Health Screenings (e.g. diabetes, blood pressure, cancer, vision and hearing)(d) Lab tests (e) Medical exams (f) Port-a-count testing and (g) Training (e.g. CPR/AED) (h) Group Health Education/Awareness Classes. Providers performing under this contract must have current licenses in their profession, registration, and required certifications to practice in one (1) of the fifty (50) states in the United States (US), United States territories or District of Columbia. Direct care providers must also have cardiopulmonary resuscitation (CPR) certification (including Automated External Defibrillator (AED) training). All providers must also possess good customer service skills and have computer literacy that enables them to perform daily tasks including retrieving and sending email, accessing Internet, and creating and saving documents in Microsoft applications. Hub Zone Small Businesses, 8(a) firms, and Small Business firms are strongly encouraged to submit Capability Statements that clearly demonstrate the firm?s capability and experience in providing all of the the following (a) A wide range of Occupational Health (OH) professionals and services as defined in the Statements above (b) OH staff/services under Federal Government contracts (c) OH staff/services over the entire United States (US) and its territories and trusts or large geographic areas (d) Existing corporate infrastructure (including, but not limited to, human resources and personnel management, accounting department, etc.) to successfully recruit, retain and oversee a minimum of 80 full time OH employees located in multiple states and (e)Ability to expand staffing (surge capacity) by 50% on a temporary basis to support emergency response when requested by FOHS. INTERESTED SOURCES POSSESSING THE REQUIRED CAPABILITIES TO MEET THE ABOVE REQUIREMENTS SHOULD SUBMIT A COVER LETTER ALONG WITH A CAPABILITY STATEMENT NOT TO EXCEED 5 PAGES DEMONSTRATING ABILITY TO PERFORM IN EITHER REGION A, B, OR C (FOR THE ENTIRETY OF EACH REGION, RESPECTIVELY). IF FIRMS CAN PERFORM IN MORE THAN ONE REGION, THEY SHOULD SUBMIT SEPARATE CAPABILITY STATEMENTS FOR EACH OF THE REQUIREMENTS IN THE REGIONS THEY ARE CAPABLE OF SATISFYING. FIRMS MAY SUBMIT BETWEEN 1 AND 3 CAPABILITY STATEMENTS, EACH SUBJECT TO THE 5 PAGE MAXIMUM. Responses must include the following: name and address of the firm, named central point of contact along with email address; DUNS number; any applicable commercial price list(s); size of business, including average annual revenues for the past 3 years and number of employees; ownership; whether they are a large, small, small-disadvantaged, 8(a) HUBZone, woman-owned, historically black college or university and/or minority service institute, number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners; list of customers covering the past five years; and additional documentation such as company literature and brochures. If this additional documentation supports the required capabilities it is incumbent to address this reference in the cover letter or other area of the capability statement and indicate specifically how it addresses the capabilities sought. A mere referenced website is unacceptable for purposes of this announcement and will not be considered or reviewed. Capability statements must be submitted via email to pscacquisitions@psc.hhs.gov to the attention of Jonathan Hamlet and referencing this announcement number. No statements delivered by mail or by hand shall be accepted under any circumstances. Responses are due no later than 12:00 PM Eastern Time, February 5, 2007. The capability statements shall include a cover letter identifying the point of contact, telephone number, and fax number and e-mail address.
- Place of Performance
- Address: Various Regional (As Listed in Notice)
- Zip Code: 00000
- Country: UNITED STATES
- Zip Code: 00000
- Record
- SN01214420-W 20070120/070119092514 (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 |