Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2012 FBO #3774
SOLICITATION NOTICE

R -- MTFs Accreditation - PWS Inpatient Accreditation Surveys

Notice Date
3/23/2012
 
Notice Type
Cancellation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESG, Building 1, 1940 Allbrook Dr, Wright Patterson AFB, Ohio, 45433-5006, United States
 
ZIP Code
45433-5006
 
Solicitation Number
FA8052-12-X-0002
 
Archive Date
4/12/2012
 
Point of Contact
Mark Daniel Ingle, Phone: 2103959549
 
E-Mail Address
mark.ingle.ctr@us.af.mil
(mark.ingle.ctr@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement (PWS) dated 18 October 2011 THIS IS A SOURCES SOUGHT ANNOUNCEMENT to conduct market research. THIS IS NOT A FORMAL REQUEST FOR PROPOSAL (RFP) AND DOES NOT COMMIT THE DEPARTMENT OF THE AIR FORCE MEDICAL OPERATIONS AGENCY (AFMOA) TO AWARD A CONTRACT NOW OR IN THE FUTURE Your response to this Sources Sought announcement will assist the Air Force (AF) in determining the availability of small and large businesses under NAICS Code 541990, All Other Professional, Scientific and Technical Services, to support non-ambulatory hospitals (inpatient) for eight (8) Military Treatment Facilities (MTFs) within the Continental US (CONUS) and five (5) Outside the Continental US (OCONUS) locations. Offeror will provides inspections, surveys, manuals, and education services in order to insure the MTFs achieve and maintain their accreditation at their prospective Healthcare Facility. Background/Scope AFMOA has a requirement for non-personal services concerning Air Force Healthcare Facilities. All Air Force medical facilities are mandated to have this accreditation. This requirement is for on-site accreditation inspections of non-ambulatory MTFs as well as other tasks that help to ensure the MTFs maintain a high level of quality care and service to all patients. The proposed contract will be FFP & cost-reimbursement for travel, with a 6-month base period and four (4) - one year options periods. The current incumbent contractor is The Joint Commission. Following is a list of MTFs: 8 CONUS MTFs Langley AFB Travis AFB Wright-Patterson AFB Keesler AFB Eglin AFB Nellis AFB Mountain Home AFB Elmendorf AFB 5 OCONUS MTFs Osan AB Misawa AB Aviano AB Lakenheath AB The Contractor shall use a peer-based, consultative accreditation process utilizing nationally recognized standards for hospitals. Utilize practicing health care professionals to perform the accreditation survey and maintain Medicare Deemed Status by the Centers for Medicare and Medicaid Services (CMS). Also provide publication products directly to the Contracting Officer Representative (COR), MTFs, MAJCOM, AFIA and Surgeon General staff and shall coordinate with the COR who will provide a list of point of contact information for COR, MTFs, MAJCOM, AFIA and SG staff no later than December tenth (10th) of each year. This would include the following: ●Hardcopies - Includes one (1) hardcopy of the hospital accreditation publication per COR, MTF, MAJCOM, AFIA and SG staff as determined by the COR. The contractor shall provide one (1) hardcopy of any published changes to the hospital accreditation publication to the COR, MTF, MAJCOM, AFIA and SG staff as determined by the COR. ●Electronic format (Internet-based) or its equivalent such as a compact disk (CD) - Includes one (1) electronic version of the hospital accreditation standards and scoring guidelines, plus if available, an unrestricted Internet-based site license for hospital accreditation standards and scoring guidelines, any technical support as needed, and any published updates per COR, MTF, MAJCOM, AFIA and SG staff as determined by the COR. ● Electronic Standards for Annual Self-Inspection - Unless the contractor has a web-based self inspection tool, the contractor shall provide the current year's standards to the COR in an electronic word format compatible with Air Force computer technology within ten (10) calendar days of publication and/or revision. These standards will be loaded into the Air Force's MedFACTS system, a web-based, self-inspection system currently in use by all Air Force MTFs. The standards will be distributed for Air Force self-inspection use only. The Contractor will also provide at least one (1) educational program annually, in conjunction with the Quality Systems Program Assessment Review (QSPAR) conference or AFIA Health Services Inspection (HSI) program conference as determined by the COR. The educational program will be up to one (1) day in length with an unlimited number of participants. Audience will include representatives from the hospital accredited MTFs and AFMOA staff that work with hospital accredited MTFs. The dates and locations for the conference shall be coordinated with the COR. Travel cost will be in accordance with the Joint Travel Regulation (JTR), and an honorarium will be provided to the educator/presenter. Capability Statement - Any potential Offeror must demonstrate the following: The government will evaluate market information to ascertain potential market capacity, experience and capability in the following areas: 1) Demonstrate past experience and current ability in the Certifications & Accreditation Services DOD Medical Arena. 2) Be prepared to state the feasibility and ability in recruiting and retaining qualified personnel for this requirement. 3) Provide the following business information: a. DUNS b. CAGE Code c. Company Name d. Company Address (including point of contact, phone number and email address) e. Type/Size of company, NAICS Code as validated via the Central Contractor Registration (CCR) The Performance Work Statement (PWS) dated 18 October 2011 for this requirement is attached for your reference. This NOTICE is for information and planning purposes and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. The Government reserves the right to use the information provided for any Government purpose deemed necessary and legally appropriated. Do not submit any proprietary, classified, confidential, or sensitive information. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation. All information submitted in response to this announcement must arrive on or before the closing date. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Information Submission Instructions: Responses must be submitted not later than March 28, 2011 via e-mail to the point of contact listed below. Responses shall not exceed ten (10) single spaced pages including all attachments, charts, etc. Submit using MS Word or Adobe Portable Document Format (PDF) utilizing 12 point font/pitch. Attn: Mark Ingle, Contract Specialist 773 ESS/PKB - Port San Antonio 3515 S. General McMullen San Antonio, TX 78226 PH: 210-395-9549 FAX: 210-395-9864 E-mail: mark.ingle.ctr@us.af.mil Place of Performance: See descriptive list above on the various MTFs Point of Contact(s): Mark Ingle, 210-395-9549
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7d404d4c33e512590d71fdbe2f61e281)
 
Place of Performance
Address: See descriptive list above on the various MTFs, United States
 
Record
SN02704733-W 20120325/120323235358-7d404d4c33e512590d71fdbe2f61e281 (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.