Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2015 FBO #5019
SOURCES SOUGHT

Q -- Physical Therapy & Assistant Services

Notice Date
8/19/2015
 
Notice Type
Sources Sought
 
NAICS
621340 — Offices of Physical, Occupational and Speech Therapists, and Audiologists
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH15R0089
 
Response Due
10/30/2015
 
Archive Date
11/29/2015
 
Point of Contact
monica.pileggi, 301-619-2268
 
E-Mail Address
US Army Medical Research Acquisition Activity
(monica.j.pileggi.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Request for Information (RFI). The US Army Medical Research Acquisition Activity (USAMRAA) is seeking potential small business sources capable providing the services of one Physical Therapist (PT), one certified Physical Therapy Assistant (PTA), one certified Occupational Therapy Assistant (COTA), one certified ACRP Research Coordinator and one Research Assistant/Clinical Receptionist. The staffing will be to support the quote mark Integrative Modalities Plus Psychological, Physical and Occupational Restoration Trial quote mark (IMP3ORT) study at the Interdisciplinary Pain Management Center (IPMC) at Madigan Army Medical Center. For the clinical staff, ie, physical therapist, physical therapy assistant and occupational therapy assistant, work will normally be performed at Keeler Gym, Joint Base Lewis-McChord, WA. For the research coordinator and research assistant, work will be performed at Madigan, Department of Pain Management, Interdisciplinary Pain Management Center (IPMC), Joint Base Lewis McChord, WA. Periodically the clinical staff may have duties at the Madigan Interdisciplinary Pain Management Center. The study is designed to determine if the addition of integrative pain management therapies (acupuncture, chiropractic, yoga, massage, and biofeedback) improve the outcomes of active duty service members who participate in an intensive outpatient functional restoration program. The physical therapist and physical therapy and occupational therapy assistants will increase the capacity of the functional restoration program to sufficient extent to meet target enrollment for this study. The research coordinator will oversee the administrative apects of the study, such as the informed consent process, patient enrollment, and data collection. The research assistant will assist with the administrative requirements such as scheduling study subject for clinical appointments and assisting subject with completion of outcomes questionnaires. This will be a firm fixed price non-personal services contract for a base period and two option years. The Capability package shall include, at a minimum:1. Identification of the organization name, telephone number, and point of contact (also with title, phone, fax, and email); 2. Organization Size/ownership of business, i.e. large, small, small disadvantaged, 8(a), Disabled-Veteran, Veteran, Women-owned Business, and Hub-zone; 3. Cage Code, DUNS# and Tax ID# (TIN#); 4. Company profile: number of employees, annual sales history, locations and if CCR registered.; 5. Identification of any GSA Schedules held by the organization; 6. Experience and familiarity with subject services; 7. Contract references in the past five years relevant to the acquisition to include: contract number, agency supported, whether or not you were the prime or subcontractor, period of performance, original contract value, final or current contract value, technical monitor and phone/fax number, POC with current phone/fax number, and a brief description of the effort. This RFI does not constitute an Invitation for Bid or a Request for Proposals, nor should it be considered as a commitment on the part of the Government. The information received WILL NOT obligate the Government in any manner nor will the Government reimburse companies for any costs associated with submittal of this RFI. By submitting information in response to this RFI, respondents consent to the release and dissemination of submitted information to any Government or non -Government entity for information review. As such, to the extent that any information submitted in response to this RFI is marked as, or construed to be proprietary or business-sensitive, respondents are hereby notified (a) about the potential that such information may be disclosed to third parties and (b) that submission of information in response to this RFI constitutes consent to such handling and disclosure of submitted information. NO phone calls and/or request for a Solicitation will be accepted or acknowledged. Company Brochures are NOT desired. The North American Industries Classification System (NAICS) code for this acquisition is 621340. Questions about this RFI may be submitted via email to monica.j.pileggi.civ@mail.mil. Telephone inquiries will not be accepted. The Government requests responses to this RFI submitted NO LATER THAN Tuesday, 25 August 2015 at 1PM EST. All Interested parties must submit in writing (no more than 10 pages, single spaced) their capabilities information including experience and familiarity with the said services. Marketing material is not a sufficient response to the RFI. Please submit your responses via email to: monica.j.pileggi.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH15R0089/listing.html)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN03846849-W 20150821/150820000613-2ffe2c0c7c39f466c771211f4b9f7c87 (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.