Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
SOURCES SOUGHT

B -- Project, Evaluation & Analytical Support Services - Project, Evaluation & Analytical Support Services

Notice Date
9/15/2010
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
FA7014-10-RFI-TNS
 
Archive Date
10/12/2010
 
Point of Contact
Keith Hunter, Phone: 703-681-6085, Ty Christian, Phone: 202-767-7987
 
E-Mail Address
Keith.hunter.ctr@afncr.af.mil, ty.christian@afncr.af.mil
(Keith.hunter.ctr@afncr.af.mil, ty.christian@afncr.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Project, Evaluation & Analytical Support Services SUBJECT: The Air Force District of Washington is conducting Market research on behalf of Air Force Medical Evaluation Support Activity (AFMESA) DISCLAIMER: This is not a request for proposals or a request for quotations; it is strictly a Request for Information (RFI) only. Neither, unsolicited proposals nor any other kinds of offers will be considered in response to this RFI. No contract will be awarded pursuant to this RFI. Descriptions of Services Background. The Air Force Medical Evaluation Support Activity (AFMESA) is a subordinate organization of the Air Force Medical Support Agency (AFMSA) residing within the Acquisitions Directorate (AFMSA/SG5). AFMSA is a forward operating agency (FOA) providing direct support to the Headquarters Air Force Surgeon General. Generally, AFMESA's test activities are conducted independently. The Air Force Medical Support Agency's (AFMSA's) Operational Test (OT) capability, titled Air Force Medical Evaluation Support Activity (AFMESA) is located in Bldg 1270, Area B, Fort Detrick, MD 21702. The primary AFMESA mission is to assess and support integration of commercial off-the-shelf (COTS), foreign off-the-shelf (FOTS), Government non-developmental items (NDI) and other emerging USAF, Joint, and other Government agency medical technologies into the Air Force Medical Service (AFMS) and Department of Defense (DoD). Assessments include realistic military utility assessments and demonstrations supported, where appropriate, by comprehensive market research projects. AFMESA functions as the Operational Test activity for AF/SGR under the authority of Air Force Instruction 99-103, "Capabilities Based Test & Evaluation" for Field Operating Agencies (FOA) and Major Commands (MAJCOM). AFMESA technology assessments involve the participation of military medical end-users who use the candidate medical technologies in realistic operational scenarios to assess the technologies effectiveness and suitability. Objectives. Over the period of performance, AFMESA will perform independent operational testing of selected medical/dental technologies for potential application to the AFMS, Services and DoD. The goals of this effort are to improve deployed and home station medical/dental support. AFMESA will coordinate with AFMS, the Services, and DoD to provide strategic planning for technology programs/activities, concept development and requirements analysis, operational test, and integrated logistics support. AFMESA assessments are designed for rapid, early identification and quantification of the suitability and effectiveness of medical modernization technologies, and will be used to facilitate potential acquisition decisions. Scope. Department of Defense (DoD) Instruction 5000.02 requires that all acquisition programs be structured to provide accurate and timely information for decision makers for programs in all acquisition categories. Contractor support to AFMESA shall provide a broad range of services to AFMS, and DoD in order to meet this requirement to include market research. The contractor shall provide all required site support to the AFMESA test site at Fort Detrick, MD, and will be responsible for test planning as it applies to technology programs/activities, concept development and requirements analysis, operational test, and integrated logistics support. The following assessment events include, but are not limited to: operational assessments, operational utility evaluations, technology demonstrations, proof of concept demonstrations, technical maturity assessments, military utility assessments, Integrated Test Team planning, and technology transition. Work will be performed, as directed by AFMESA at various assessment sites, exercise locations, CONUS locations and at the AFMESA test site at Fort Detrick, MD. Work may originate from Air Force, sister Services, or Joint Programs. Assessment services will be provided for one year from the effective date of the award, with four one-year option periods available for execution by the Government. See attached draft PWS. The type of business submitting the response (i.e., small business, large business, hub-zone, small and disadvantage business, etc) must be identified in your response. If the service can be acquired on a GSA schedule, VA schedule, or other Government- wide acquisition vehicles. Please supply the contract title and number, contract point of contact information and the name of the awarding agency. If interested please provide a capabilities package, highlight past experience providing site and testing support as it applies to the draft PWS. Additionally please address the following questions. Questions to Industry: - Is your company interested in responding to any possible request for proposal that may follow this Request for Information. - Are services contained within the attached Draft PWS offered via GSA Schedule or any other established contract vehicle? - Does your company currently have a contract vehicle in place that this would fall within the scope of that could potentially satisfy Government's need? If so please provide contract number and points of contact information. - Does your company currently offer these services via GSA Schedule o If so we believe this will cross multiple GSA Schedules (i.e. PES & Log World). o Does your company have experience with partnering with other vendors on different schedules to satisfy contractual requirements? o Which SIN would you suggest for the multiple schedules? - Does vendor have DCAA approved purchasing system or something similar? o If not what type of system does your company use to ensure compliance with the Federal Acquisition Regulation (FAR)? - Do you believe that there would be value added if a site visit was held in regards to preparation of a proposal? - Does your company believe that you would need a transition period? If so is a transition period needed, how much time is anticipated? - Do you believe the following proposed CLIN Structure is best suited for this requirement: o Labor - FFP-LOE o Over and above Labor - FFP o Materials - Cost + Fixed Fee o Travel - Cost (Note A Time and Materials (T&M) Contract is not anticipated for this requirement.) - If your company is a "Large Business", could your company aid the USAF in its goal of providing at least 23% of total contract dollars of this requirement to small business in subcontracting efforts? - With the complexity of this requirement, what does your company feel is an adequate amount of time to prepare and submit a proposal. - Which NAICS Code would you suggest this or the Testing Support for this requirement? - Which NAICS Code would you suggest this or the Site Support aspect of this requirement? RESPONSE SUBMISSION AND CONTACT INFORMATION: ELECTRONIC RESPONSES: Responses must be received by this office No Later Than 8:00 a.m. (EDT) 27 September 2010. Please identify your company if you are an interested party via email to the points of contact listed below. If you have any questions regarding this posting please email the points of contact listed below. This RFI is not a commercial solicitation. Response will only be accpeted electronically. Electronic responses to this RFI must be addressed to Mr. Keith Hunter via e-mail to: Keith.Hunter.ctr@afncr.af.mil. The Government will not pay or any information submitted, or for any costs associated with providing the information. RELEASE OF CLAIMS, LIABILITY, AND PREPRATION EXPENSES: This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offers will be considered in response to this RFI. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI marked as "proprietary" will be handled accordingly. Information provided as a response to the RFI will not be returned. Contracting Office Address: Air Force District of Washington AFDW/PKM Medical Modernization AST Skyline OL 5201 Leesburg Pike, Suite 1501 Falls Church, VA 22041 Primary Point of Contact: Keith Hunter Contract Specialist Suntiva Executive Consultants-Contractor AFDW/PKM Keith.hunter.ctr@afncr.af.mil Secondary Point of Contact: Capt. Ty Christian Contracting Officer AFDW/PKM Ty.Christian@afncr.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-10-RFI-TNS/listing.html)
 
Place of Performance
Address: 1270 Montevue Lane, Area B, Fort Detrick, Maryland, 21702, United States
Zip Code: 21702
 
Record
SN02282895-W 20100917/100916000010-88050eb87ec23353b13ab10d7627410c (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  © 1994-2020, Loren Data Corp.