Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2012 FBO #3744
SOURCES SOUGHT

R -- Healthcare Facility Management Sustainment Support (HFMSS) - DRAFT PWS

Notice Date
2/22/2012
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESG, Building 1, 1940 Allbrook Dr, Wright Patterson AFB, Ohio, 45433-5006, United States
 
ZIP Code
45433-5006
 
Solicitation Number
RFI_HFMSS_2012
 
Point of Contact
Cynthia Lattimore, Phone: 210-395-9371, Sharon Bickford, Phone: 210-395-0528
 
E-Mail Address
cynthia.lattimore@us.af.mil, sharon.bickford@us.af.mil
(cynthia.lattimore@us.af.mil, sharon.bickford@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT HFMSS PWS 1. SUBJECT: 773rd ESS/PK is conducting market research for non-personal Advisory and Assistance professional services for the Air Force Medical Support Agency (AFMSA) Health Facilities Division (HFD) to provide manpower and expertise to support the HFD for planning, programming and executing cost-effective O&M funded unspecified minor construction projects and maintenance and repair projects for 76 medical treatment facilities both CONUS and OCONUS. In addition, contractor support is required to provide technical and functional design guidance for major building systems, support all SRM financial and budget aspects, evaluate and oversee SRM maintenance contracts, SRM construction, and SRM projects; including specific building systems to ensure projects meet facility requirements, comply with Government developed and/or industry established standards and codes. The HFD must sustain long-term improvements in the utilization of DMLSS-FM in an effort to standardize business processes, provide necessary support personnel to MTF Facility Managers, play a major role in future DMLSS-FM improvements, enhancement, and develop the capability to obtain reliable medical facility data to enable facility, AFMSA and Air Staff program managers to effectively control the Air Force SRM program. See PWS exhibit A and B for listing of applicable Medical Treatment Facilities and duty locations. 2. DISCLAIMER: 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. The Government will not entertain any questions concerning the composition, requirements, or the nature of services to be performed under any future request for proposal (RFP). 3. CRITICAL EVALUATION CRITERIA: • Must have a clear understanding of Air Force Programs regarding the life cycle management of real property assets including sustainment, restoration, and modernization o Space & Equipment Planning System II (SEPS) o Commands Resource and Information System (CRIS) o Building Information Modeling (BIM) • Extensive knowledge of the DoD Information Technology (IT) Research and Development program o Expertise in the Joint Medical Logistics Program Office responsible for development and sustainment of the Defense Medical Logistics Standard Support (DMLSS) program o Must possess clear knowledge of medical facility management operations and business processes • Project Management Professional (PMP) certified Program Manager with degree in engineering and knowledge of requirements development for DMLSS-FM • Electrical and Mechanical certified professional engineers and senior engineering technicians with extensive knowledge of healthcare infrastructure systems o Support the maintenance and repair of major building systems spanning all engineering disciplines (Architectural, Mechanical, Electrical, Structural and Building Envelope) o Ability to perform building system commissioning through verification of design, installation, functionality and performance testing • Ability and experience in continuously staffing and managing personnel in over 70 locations to include Korea, Japan, England, Turkey, Italy, Germany and Portugal • Ability to sustain, develop functional capability and manage the Facility Requirements and Operations Information Database (FROID) o Must have significant IT support to manage network database for FROID via SharePoint or other net-centric applications • Detailed working knowledge of both The Joint Commission and the Accreditation Association for Ambulatory Health Care and their standards • Ability to support $600,000 in travel cost each year to include immediate response travel 4. RESPONSE INFORMATION: Please list any assumptions, conditions, or limitations that would impact your company's ability to accomplish this effort. Please describe your business capacity for taking on this effort, taking into account current and planned workload. Describe any additional resources that are available to you to increase capacity. Responses shall be limited to no more than 20 pages, not including cover letter, cover page, and table of contents. Each response must address all requirements stated above. Also include information such as: Company's name, address, e-mail, telephone number, points of contact. The responses will also assist in identifying small businesses with sufficient capability and experience to accomplish this procurement which will be used to determine whether this procurement will be a small business set-aside. Please provide your size of business pursuant to the National American Industry Classification System (NAICS) Code chosen for this requirement is 541611, Administrative Management and General Management Consulting Services, Small Business Standard of $14 million. This size standard is revised as of 12 March 2012. Responses shall be submitted no later than 4:00 PM CST on 2 March 2012 to points of contacts listed below in Para 5. All responses shall be transmitted electronically. Submissions shall be compatible with and accessible using Microsoft Office software applications. Additional information: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response to this RFI synopsis or any future requests. Any information submitted in response to this RFI is strictly voluntary. This RFI is for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. It is the responsibility of potential offerors to monitor this site for the release of any follow-on information. All documentation shall become the property of the Government. Unless otherwise stated herein, no additional information is available and requests for the same will be disregarded. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. All proprietary, classified, or sensitive information must be marked in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4e7a0552f6fc1ec96a6cfb01f3c9aff4)
 
Place of Performance
Address: 3515 S General McMullen, San Antonio, Texas, 78226, United States
Zip Code: 78226
 
Record
SN02680738-W 20120224/120222235249-4e7a0552f6fc1ec96a6cfb01f3c9aff4 (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.