Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2018 FBO #5977
SOURCES SOUGHT

Q -- BAMC Contract Provider Flexibility - Response Information

Notice Date
4/3/2018
 
Notice Type
Sources Sought
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of the Army, U.S. Army Medical Command, REGIONAL HEALTH CONTRACT OFF CENTRAL, ATTN: MCAA GP L31 9V, 2539 GARDEN AVENUE, JBSA FT SAM HOUSTON, Texas, 78234-0000, United States
 
ZIP Code
78234-0000
 
Solicitation Number
W81K00-18-Q-0001
 
Archive Date
5/5/2018
 
Point of Contact
Robin M. Castro, Phone: 2105398662
 
E-Mail Address
robin.m.castro.civ@mail.mil
(robin.m.castro.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information details THIS IS A REQUEST FOR INFORMATION (RFI) ONLY; it is not a Solicitation (i.e. Request for Proposal, Request for Quotation, or Invitation for Bids) or an indication that the Regional Health Contracting Office-Central (RHCO-C) will contract for the services contained in the RFI. This RFI is part of a Government market research effort to determine the scope of industry capabilities and interest and will be treated as information only. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI are strictly voluntary and the Government will not pay respondents for information provided in response to this RFI. Responses to this RFI will not be returned and respondents will not be notified of the result of the review. If a competitive solicitation is issued, it will be announced on the Federal Business Opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that Solicitation announcement separately from any response to this announcement. This RFI does not restrict the Government's acquisition approach on a future Solicitation. RESPONSES: Respondents to this RFI are to describe their interest and ability to perform the requirements summarized below in the description of the requirement. Responses are to contain (1) company name, (2) CAGE code, (3) mailing address, and (4) primary point of contact information, to include telephone number and email address. Responses should be formatted as either MS Word (.doc) or Adobe Portable Document Format (.pdf) and should be limited to a maximum of ten (10) pages. Proprietary/Competition Sensitive information (appropriately marked) will be protected from disclosure to the greatest extent practical, however it is preferred that respondents do not provide proprietary or otherwise restricted responses. No faxes, courier delivered, or telephone inquiries/submissions will be accepted. Responses should be submitted to Ms. Robin M. Castro, Contract Specialist at robin.m.castro.civ@mail.mil and Mr. Caesar Trevino, Contracting Officer, at caesar.trevino.civ@mail.mil no later than 12:00 PM Central Time, 20 April, 2018. DESCRIPTION OF REQUIREMENT: The Government's objective is to develop a strategy to include PRN (pro re nata) hours in contracts for health care providers, clinical support and administrative personnel to support operations in Army Military Treatment Facilities (MTF) (Medical Centers, Hospitals, Clinics) and their satellite clinics. The primary purpose is to allow hospital management to more precisely tailor the work force to the varied patient census work load. The contracts will be to augment staffing during surges in workload at the MTF and to backfill vacant active duty military positions. The Government envisions a pool of candidates who have completed their security background checks and are credentialed/privileged who would be available to start duty within a specified number of hours or days after notification for a duration to support varied patient load. Potential labor categories required (list is not all inclusive): • Primary Care and Specialty Physicians • Advanced Practice Nurses: Certified Registered Nurse Anesthetist, Nurse Practitioners, Certified Nurse Midwives • Physician Assistants • Nurses: Registered Nurses, Licensed Vocational/Practical Nurses, Case Managers • Registered Nurses • Licensed Vocational Nurses • Health Technicians: Allergy, Audiology, EENT, Gastroenterology, Hemodialysis, Neurology, Ophthalmology Technician, Optometry, Orthopedic, Polysomnographic, Psychiatric, Surgical, etc • Emergency Medical Technicians/Paramedics • Audiologists • Clinical Pharmacists and Pharmacy Technicians • Physical Therapists and Physical Therapy Assistants • Occupational Therapists and Occupational Therapy Assistants • Medical Laboratory Technicians/Technologists, phlebotomists • Radiology Technicians/Technologists: all specialties • Psychiatrists, Clinical Psychologists, Licensed Clinical Social Workers, Licensed Professional Counselors • Orthotist/Prosthetist • Certified Nurse Assistants/Certified Medical Assistants • Medical Support Assistants/Clerical Personnel The goals of the RFI: • Gain knowledge of common business practices for PRN health care workers and administrative personnel. • Obtain feedback regarding feasibility of the described PRN requirement (challenges, limitations, costs, incentives, etc). QUESTIONS FOR INDUSTRY: The Government desires that respondents offer their experience and recommendations on the following questions related to health care worker and administrative personnel services. (1) What is the feasibility of staffing health care providers who have completed security screening and the credentialing/privileging process based on Army Military Treatment patient census count? (2) What would be the minimum number of days/hours the government would need to commit to per week or month? (3) What would be the minimum number of hours for notification of calling off a shift? (4) What is the feasibility of having a pool of health care providers who have completed security screening and the credentialing/privileging process and are available to report to duty within a specified number of hours/days? Explain. (5) What would be the minimum number of hours/days required between notifications and reporting to duty? (6) If having a pool of health care providers who have completed security screening and the credentialing/privileging process is not feasible, if a task order was awarded against an existing IDIQ contract how many days would be required from award to start of performance for the following general categories: • Physicians • Advanced Practice Nurses/Physician Assistants • Registered Nurses/Licensed Vocational/Practical Nurses • Ancillary Providers (Health Technicians, PT/PTA, OT/OTA, Radiology Techs, Laboratory Techs) (7) Do you anticipate challenges recruiting for any of the labor categories listed above? If yes, identify the categories that may be a challenge to recruit and why? (8) Have you had any experience in staffing PRN health care providers in Army Military Treatment Facilities? Based on your experience do you anticipate difficulty recruiting in any of these locations? If yes, identify the locations that may create a challenge. (9) Do you normally fill PRN positions locally or do you have to bring in personnel from other locations? Would travel expenses be expected to be incurred for any of the locations where Army Military Treatment Facilities are located? (10) What is your company's primary NAICS code? What NAICS code would you anticipate for a requirement for services necessary to meet the Government's objective? (11) What type of pricing structure would best meet the Government's objective? Should incentives be considered and if yes, identify the proposed incentives and why? (12) Should the Government publish a formal solicitation, do you anticipate any challenges preparing a competitive price proposal to provide services based on some or all of the characteristics described above. Do you anticipate any perceived barriers to competition? If so, please specify. (13) Do you have any comments on the requirements described above? If so, please specify.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-18-Q-0001/listing.html)
 
Place of Performance
Address: Brooke Army Medical Center, JBSA Fort Sam Houston, Texas, 78234, United States
Zip Code: 78234
 
Record
SN04875776-W 20180405/180403231202-34fc2ed124616217ae0dafd7cb0b7503 (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.