Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2012 FBO #3990
SOURCES SOUGHT

Q -- Outpatient Treatment Services for Hansen's Disease

Notice Date
10/25/2012
 
Notice Type
Sources Sought
 
NAICS
622110 — General Medical and Surgical Hospitals
 
Contracting Office
Department of Health and Human Services, Health Resources and Services Administration, Office of Acquisitions Management and Policy, 5600 Fisher Ln., Room 13A-19, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
13-258-SOL-00002
 
Archive Date
11/23/2012
 
Point of Contact
Diane, Phone: 3014432583, Henry Copeland, Phone: 301-443-0156
 
E-Mail Address
dcoger@hrsa.gov, HCopeland@HRSA.gov
(dcoger@hrsa.gov, HCopeland@HRSA.gov)
 
Small Business Set-Aside
N/A
 
Description
The Health Resources and Services Administration is issuing this sources sought notice as a tool for market research to determine the availability and capability of small businesses (including certified 8 (a), Small Disadvantaged, and HUBZONE firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) under NAICS Code 622110 "General Medical and Surgical Hospitals," to contract for services for outpatient treatment of Hansen's Disease (HD) in locations where the disease is prevalent. The geographic areas are as follows: Boston MA; New York City NY; Miami FL; Chicago IL; State of Texas; Phoenix AZ; Seattle WA, San Diego CA; Los Angeles CA; San Francisco CA; and San Juan PR. One contract per geographic area is proposed. Under the proposed contracts, the contractor would provide all personnel, material, facilities, services and equipment for patient assessment, diagnostic studies, treatment, consultant services Ear, Nose & Throat (ENT), Occupational Therapy, Ophthalmology, Orthopedics, Orthotics, Physical Therapy, Podiatry, laboratory services and patient, professional, and community education. Documentation should address capabilities and experience providing the described services, experience in the field of public healthcare delivery, demonstrated experience in provision of services to un-serviced and underserved populations, including migrants, immigrants, ethnic and language minorities and rural populations, and description of facilities for provision of services. Documentation may include Government and commercial contract, references (names, telephone numbers and addresses and email addresses) and any other information serving to document the organization's capability to perform this work. The capabilities statements must address the following points: 1. Demonstrate ability to provide services described above including addressing in-depth all the required expertise/experience. 2. Business information: DUNS Number; Company Name; Company Address; Company Point of Contact, phone number and email address; Type of company, under NAICS/PSC, as validated via the System for Award Management (SAM). Additional information on NAICS codes can be found at www.sba.gov Corporate structure (corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.). Point of Contact, phone number and email address of individuals who can verify the demonstrated capabilities identified in the responses. Responders should also include a statement about whether or not they have an approved Federal audited accounting system. If the responder has an approved accounting system, please provide the certification in which the accounting system was deemed adequate (e.g. the name of the audit agency and audit number). You may submit as an attachment. Interested organizations that have the capabilities to perform the above services will email their capabilities statement to Ms. Diane Coger at dcoger@hrsa.gov of their interest in this requirement within 15 calendar days of this notice. Responses shall be limited to 15 pages. NO QUESTIONS WILL BE ENTERTAINED AT THIS TIME. THIS NOTICE IS FOR MARKET RESEARCH ONLY. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. Responses to this notice will not, however, be considered adequate responses to a solicitation. IMPORTANT: This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified offerors to perform the proposed acquisition; and (2) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information included within any resultant solicitation(s)..
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/11d1c31e3606949bdd9f582fd201730b)
 
Record
SN02919850-W 20121027/121025234701-11d1c31e3606949bdd9f582fd201730b (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.