Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOURCES SOUGHT

B -- Recovering Warrior Task Force Research and Report - Sources Sought

Notice Date
8/15/2013
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
 
ZIP Code
22202-4371
 
Solicitation Number
HQ018831750541000
 
Archive Date
9/6/2013
 
Point of Contact
Frank Argenziano,
 
E-Mail Address
frank.argenziano@whs.mil
(frank.argenziano@whs.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PWS I. Introduction This sources sought notice is for information and planning purposes only and shall not be construed as an obligation on the part of Washington Headquarters Services (WHS). In order to proactively plan for future requirements, WHS is conducting market research to locate qualified, experienced and interested small businesses to perform as described in the attached draft Performance Work Statement. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement. At this time no solicitation exists. Therefore, please do not request a copy of the solicitation. II. Instructions Interested businesses having the capabilities necessary to perform the stated requirements may submit capability statements via email to the Contract Specialist, Frank Argenziano, at frank.j.argenziano.civ@mail.mil. Responses, in a Word, or Word-compatible document, shall be limited to no more than five (5) pages. Responses must be submitted no later than Thursday, August 22, 2013 at 12:00 p.m. ET. Capability statements will not be returned. Please provide the following information within your statement: (1) DUNS Number. (2) Company name. (3) NAICS Codes associated with your company. (4) Business size and socioeconomic status, if applicable. (5) Company address. (6) Company point(s) of contact and contact information. (7) Types of Contracts your company has been awarded under NAICS 541614, Process, Physical Distribution and Logistics Consulting Services. (Additional information about NAICS Codes can be found at www.sba.gov.) (8) Recommended NAICS Code for this effort. (9) Specific examples of prior efforts similar to those found in the attached draft Performance Work Statement. (10) Number of Contracts currently held with the Government. (11) References (including contact information) of individuals who can verify the demonstrated capabilities identified in the responses. (12) Respondents should also include a statement about whether or not they have personnel who can maintain a Secret security clearance. III. Capabilities The Capability Statement must include statements regarding the following minimum qualifications: • Ability to reach full performance level no later than 30 September 2013, following a two-week phase-in period. (Note: First installation visit to Hawaii occurs on 5 October 2013. Accompanying deliverables are also due that date.) • Ability to comply with 32 CFR 219 and Department of Defense Directive (DoDD) 3216.2 by possessing, or subcontracting for, an internal institutional review board (IRB). • Subject matter experts (SMEs) for each of the following areas: 1. Medical Case Management 2. Social Work 3. Non-medical Case management 4. Disability evaluation process systems and disability benefits systems 5. Veterans compensation and compensation systems 6. Treatment of Traumatic brain injury and PTSD 7. Family support and the environment of caregivers 8. Medical Research 9. Quantitative and Qualitative Research 10. Rehabilitation Systems 11. Electronic medical records management and systems 12. Collaborative and level of integration and effectiveness of the interagency processes. 13. Leadership and management knowledge of DOD and U.S. Department of Veterans Affairs (VA) cultures. Further, for each of the following task areas, provide the Contractor's experience, knowledge and/or ability to perform the task: • Research the effectiveness of DoD wounded/recovering warrior programs. • Collect data by attending approximately 14 nationwide military installation visits, during which the Contractor shall collaborate with National Defense Authorization Act (NDAA) Task Force members on agenda and topics, provide "read ahead" papers discussing the installations to be visited, collect individual briefings and information, assist with and/or conduct focus groups, and develop focus group transcripts. • Produce IRB-approved protocols and survey sheets to obtain qualitative and quantitative data from service members and their families. • Provide focus group moderator training. • Draft up to 50, one-page quantitative research reports. • Assist six NDAA Task Force meetings, during which the Contractor shall act as a SME to Task Force members on wounded warrior topics. • Produce three RSS feeds on NDAA topics. • Produce an NDAA-compliant report. IV. Conclusion WHS appreciates your assistance with this market research and emphasizes that this is for planning purposes only. This is not an invitation for bid, request for proposal or other solicitation and in no way obligates WHS to award a contract. The sole intent of this Sources Sought Notice is to obtain capabilities for set-aside and procurement planning purposes. No payment will be made for responses. Respondents should clearly mark any proprietary information submitted in response to this sources sought notice. Because WHS anticipates a large response to this request, we will be not be engaging in telephonic discussions, presentations or meetings. Contracting Office Address: 1225 S Clark St, Suite 1202 Arlington, VA 22202
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ018831750541000/listing.html)
 
Place of Performance
Address: See PWS., United States
 
Record
SN03150204-W 20130817/130815235437-01cb183f5be7cab79f380e38d9ce1a2a (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.