Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 29, 2018 FBO #6154
DOCUMENT

Q -- Transcription Services Request for Information - Attachment

Notice Date
9/27/2018
 
Notice Type
Attachment
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
Department of Veterans Affairs;VISN 7 Network Contracting Activity;501 Greene Street;Hatcher Building - Suite 2;Augusta GA 30901
 
ZIP Code
30901
 
Solicitation Number
36C24718Q9741
 
Response Due
9/28/2018
 
Archive Date
10/28/2018
 
Point of Contact
Kevin Warren
 
Small Business Set-Aside
N/A
 
Description
Request for Information Medical Transcription Services VISN 7 36C24719AP0002 This is a sources sought announcement only. All responses will be used for market analysis in determining the availability of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) that may be used to determine appropriate acquisition strategy. No solicitation is being issued at this time. The Department of Veterans Affairs, VISN 7, is seeking commercial sources to provide all management, labor, supervision, tools, materials, transportation, and equipment necessary to perform Medical Transcription Services for all VISN 7 facilities: Augusta, Central Alabama Veterans Health Care System, Dublin, Atlanta, Birmingham, Charleston, Columbia and Tuscaloosa VA Medical Centers. Medical Transcription Services shall be provided for dictated material that includes a high occurrence of technical terminology, and requires a comprehensive knowledge of the specialized vocabulary particular to a wide variety of medical and surgical fields. Contractor shall transcribe reports utilizing appropriate formats which could include headers and footers in the body of the document as provided by each medical center. Contractor shall transmit and/or upload completed reports to the VA. The workload estimate for the base year is 5,213,783 lines. A Line is calculated by counting all visual characters and simply dividing the total number of characters by 65 to arrive at the number of defined lines. It is anticipated that the contract performance period will include a one-year base period, and four (4) one-year option periods. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 621999 with a size standard of $15M. The Government requests interested parties submit capability statements that describes the ability to meet the requirements of the attached statement of work. Include also a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., SDVOSB,), anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor protege relationship, etc.), and a description of same/similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its SDVOSB Set-Aside decision. Interested firms are requested to provide their information, along with interest and capability statements no later than September 28, 2018. No pricing input is being requested. This Sources Sought Notice is issued for the purpose of market research in accordance with Federal Acquisition Regulation Part 10. Additional information regarding this requirement will be posted for viewing on FedBizOpps at https://www.fbo.gov/ as it becomes available. All potential offerors are reminded that lack of registration in the System for Award Management (https://www.sam.gov) will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offeror's to monitor the FedBizOpps web site for release of any future synopses or release of the solicitation and any associated amendments. Submissions to this notice may be emailed to Kevin Warren, Contract Specialist, Network Contracting Office 7 at kevin.warren2@va.gov. When emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. Page 37 of 38
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AuVAMC/VAMCCO80220/36C24718Q9741/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24718Q9741 36C24718Q9741_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4611868&FileName=36C24718Q9741-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4611868&FileName=36C24718Q9741-000.docx

 
File Name: 36C24718Q9741 P09-Transcription PWS VISN 7 (2).docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4611869&FileName=36C24718Q9741-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4611869&FileName=36C24718Q9741-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VISN 7 Southeast USA
Zip Code: 30901
 
Record
SN05108825-W 20180929/180928033309-76c727eaf3fe76ea0459657c62698c4e (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.