Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

Group Exercise Classes

Expired
F3B7DP3161AQ02Federal
General Info

Agency

Department of Defense → FA5570 501 Csw Rco

View Agency

NAICS

812990 - All Other Personal Services

View NAICS

Place of Performance

Fitness Center Building 586 RAF Alconbury, Huntingdon, AE, PE28 4DA, GBR

Set-Aside

NONE
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
3 updates
PhaseClosed
Amendment 1

Contract was updated

Amendment 2

Contract was updated

Posted

Combined Synopsis

Amendment 3

Contract was updated

Response Deadline

Deadline has passed

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment of Defense → FA5570 501 Csw Rco
Contacts2 people available
OfficeAPO, AE, 09470-5720, USA
Organization / Agency
Department of Defense → FA5570 501 Csw Rco
View Agency Profile
Office Address

APO, AE, 09470-5720, USA

Contacts

2 contacts available

View Contacts

Start a free trial to view contact information.

Start Free Trial

Similar Contracts

NAICS: 812990
Federal

9999--Selenia Radiology Mammography Relocation

The Department of Veterans Affairs (VA), through its VISN 8 Network Contracting Office at the James A. Haley Veterans Hospital in Tampa, Florida, intends to award a sole source contract to Hologic, Inc. for relocation services involving radiology mammography equipment. The contract covers all necessary labor, transportation, equipment, and consumables required to complete the move within the period from February 6 to February 28, 2023. The sole source award is authorized under the Federal Acquisition Regulation (FAR) Part 13.106-1(b)(1). This announcement serves primarily as a Special Notice for market research to identify capable businesses, including Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HUBZone, and other small businesses, that might be qualified to provide these services in future acquisitions. Interested firms are requested to respond with detailed documentation of their technical expertise and ability to perform the required services, demonstrating their experience and capacity to maintain and relocate Hologic equipment. Responses must include company details such as business name, size, socioeconomic category, and a point of contact, and they must be registered in the System for Award Management with completed Representations and Certifications. No funds have been allocated yet, and the Government is not obligated to award a contract or reimburse any costs related to responding to this notice. All submissions should clearly verify authorization as a service and relocation provider for Hologic products and must be sent by 12:00 PM EST on January 12, 2023, to the designated Contract Specialist, J’Vonne Wilson. The applicable NAICS code is 812990 with a size standard of $8,000,000. This notice does not guarantee solicitation issuance or contract award and no subcontracting opportunities are anticipated.

248-NETWORK Contract Office 8 (36C248)

POSTED

about 3 years ago

DEADLINE

N/A

View Details
NAICS: 812990
Federal

R418--CRNA Scope of Practice Research

The Department of Veterans Affairs (VA) Veterans Health Administration Office of Nursing Services is soliciting WealthIsTime LLC to conduct comprehensive research on the scope of practice statutes, orders, and regulations for Certified Registered Nurse Anesthetists (CRNA) across all 50 states, Puerto Rico, and Washington DC. This research aims to develop national occupation-specific standards of practice that reflect widely accepted best practices across the VA system while accounting for current state-level variations. The project involves creating and administering detailed coding questions covering multiple areas such as patient rights, pre-anesthesia assessments, anesthetic care plans, monitoring, infection control, and quality improvement processes. Deliverables are structured to provide data sets in increments of 10 states, culminating in a final comprehensive report that includes analysis, coding review, and any necessary updates. The contract highlights a sole-source procurement, pursuant to specific federal statutes and VA acquisition regulations, emphasizing the participation of verified veteran-owned small businesses. The contractor is required to submit timely deliverables, with provisions for notifying the VA in advance of any delays. Data submissions must be electronic and will be reviewed by the Office of Nursing Services. The scope includes close collaboration with subject matter experts and funders to finalize research variables and ensure the accuracy and relevance of findings. Responding companies must demonstrate capability and relevant experience, with submissions due by September 8, 2021. This effort supports the VA’s objective to standardize CRNA clinical practice guidelines for enhanced consistency and quality of care across the Veterans Health System.

Pcac (36C776)

POSTED

over 4 years ago

DEADLINE

N/A

View Details
NAICS: 812990
Federal

R418--RN/LPN Scope of Practice Research (VA-21-00034850)

The Department of Veterans Affairs (VA), through its Office of Nursing Services, intends to contract a vendor to research and compile comprehensive data on the scopes of practice, orders, and regulations for Registered Nurses (RN) and Licensed Practical Nurses (LPN) across all 50 states, Puerto Rico, and Washington DC. This effort aims to support the VA’s development of occupation-specific national standards of nursing practice that transcend state-specific restrictions, ensuring consistency and adoption of best practices throughout the VA healthcare system. The contractor will build on an existing dataset by expanding it with additional variables related to medication administration, telehealth, consults, COVID-19 related scope changes, and other relevant factors. The data collection and coding process will be conducted in phases, delivering information for ten states at a time with specified deadlines, followed by a final compiled report that includes detailed coding reviews and updates. The vendor chosen for this work will be Temple University, operating under a sole-source procurement due to the specialized nature of the service. Deliverables must adhere to strict schedules, with provisions for timely communication and resolution of any delays. The contract requires electronic submission of datasets to a designated VA platform, collaboration with subject matter experts, and ongoing consultation to finalize variables and ensure data accuracy. The procurement is conducted under FAR 13 Simplified Acquisition Procedures with a NAICS classification of 812990. Only vendors with demonstrated capability should submit statements of interest by the specified deadline, although the government reserves discretion over whether to compete the contract based on responses received. The contract specialist managing this opportunity is Benjamin Niznik, located in Independence, Ohio.

Pcac (36C776)

POSTED

almost 5 years ago

DEADLINE

N/A

View Details