Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2014 FBO #4612
MODIFICATION

R -- US Army Reserve Medical Officer Recruitment Services (USARMORS) for the US Army Medical Recruitment Brigade (USAMRB), US Army Recruiting Command (USAREC), Fort Knox, KY 40121

Notice Date
7/9/2014
 
Notice Type
Modification/Amendment
 
NAICS
561312 — Executive Search Services
 
Contracting Office
MICC Center - Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
 
ZIP Code
40121-5000
 
Solicitation Number
W9124D14X2465
 
Response Due
7/14/2014
 
Archive Date
9/7/2014
 
Point of Contact
Teresa Simpson, (502) 624-6838
 
E-Mail Address
MICC Center - Fort Knox
(teresa.a.simpson.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0001: Attached document provides Interested Contractor Questions and Government Answers. DESCRIPTION: Sources sought for a commercial, performance-based services acquisition, which may result in a solicitation for a firm-fixed-price (FFP) contract with two, one-year option periods. The expected contract period may include a phase-in of 27 February 2015 - 26 March 2016 and base period of 27 March 2015 through 26 February 2016. The purpose of this synopsis is to gather interest, capabilities, and past performance (i.e., relevant and recent) of interested contractors capable of supporting an acquisition for US Army Reserve Medical Officer Recruitment Services (USARMORS) for the US Army Medical Recruitment Brigade (USAMRB), US Army Recruiting Command (USAREC), Fort Knox, KY 40121. NOTES: This notice replaces the original Sources Sought Notice posted on 18 February 2014 under W9124D-14-Q-5033 with two amendments through 27 February 2014 for Leads Generation/ Recruitment Support Services (LGRSS). Capability responses were due on or before 7 March 2014. a. Capability response statements received on or before 7 March 2014 under W9124D-14-Q-5033 will not be reviewed under the W9124D-14-X-2465 notice. b. To be included in this notice's review process, submit your capability response statement in accordance with instructions contained herein and under notice number W9124D-14-X-2465. BACKGROUND: Bringing quality young men and women into the Army-people who will complete their tours of duty and make a contribution to the Nation's defense-is the objective of USAREC as it goes about the mission of providing the strength for America's Army. The USAMRB's Highlander Brigade recruits highly qualified and motivated healthcare professionals through: aggressive, synchronized marketing campaigns, relentless recruiting operations, and focused, cutting edge training throughout the Brigade's worldwide footprint in order to provide the US Army with state-of-the-art healthcare and achieve its mission. The USARMB continues as USAREC's elite recruiting organization focused on mission accomplishment. For example: * Maximizing technological advances and relevant, creative training methods to empower all leaders to be self-adaptive and decisive in the pursuit of understanding and dominating their profession and their market; * Providing the Highlander Brigade with the administrative, operational, and logistical support required to assess new healthcare professionals into the Army Reserves within 90 days. * Fostering an ethical, moral and professionally sound command climate that will produce leaders who possess the interpersonal, conceptual, technical and tactical skills to lead under ambiguous and complex conditions OBJECTIVES: The USARMORS would include the following: providing all personnel, management, supervision, equipment, transportation, tools, supplies, materials, except that which is made available by the government; performance of specific tasks and processing and submitting deliverables leading to the commissioning of Army Reserve (AR) medical doctors. CONTRACTOR MANPOWER REPORTING: Required. US CITIZENSHIP: Required. GOVERNMENT-FURNISHED EQUIPMENT/PROPERTY (GFE/GFP) PROVIDED: Yes CONTRACTOR-FURNISHED EQUIPMENT/PROPERTY (CFE/CFP) TO BE PROVIDED: Yes THE SERVICE CONTRACT ACT of 1965, as amended (41 U.S.C. 351, et seq.): Applicable. COMPLIANCE WITH SECTION 508 OF THE REHABILITATION ACT OF 1973, AS AMENDED: Required. CURRENT CONTRACT #: W9124D-10-C-0044 (MEDIACROSS, INC.) Supporting documentation must not exceed 10 pages and be in the following formats: MS WORD, MS EXCEL, and/or.pdf documents. Mail, facsimiles, and hand-carried documents will not be accepted. Interested parties must submit the following information as e-mail attachments to Teresa Simpson, Contract Specialist at teresa.a.simpson.civ@mail.mil no later than 12 PM (EDT-Fort Knox Time), MONDAY, 14 JULY 2014: 1. Company's: name (i.e., legal name to include DBA); Contractor and Government Entity (CAGE) Code as cited within its active profiles in System for Award Management (SAM: https://www.sam.gov) and/or SBA's Dynamic Small Business Search (DSBS: http://dsbs.sba.gov) engine; physical address (to include physical location's county); and point of contact's full name, title, e-mail address, and telephone number. 2. Company type and socioeconomic factors (e.g., small business data as cited within its active SBA DSBS profile). 3. If the interested vendor is an existing GSA Schedule or Army Enterprise contract holder, include the following: contract number, NAICS Code, and issuing agency's name. 4. Capabilities Statement. An interested vendor should demonstrate its ability to: a. Provide all personnel, management, supervision, equipment, transportation, tools, supplies, materials, except that which is made available by the government as Government-Furnished Property (GFP) and Services. b. Perform services and produce deliverables for specific tasks such as, but not limited to: Area of Concentration (AOC) for specific medical doctor skill sets; Waiver Process; Penetrating USARMOR Market; Selection Board Packet Preparation; Selection Board. c. Past Performance as a prime contractor or major subcontractor (i.e., relevant-similar in size (minimum greater than or equal to $2 million per year); nature of work/scope as related to USARMORS; and recency-ongoing services or must have been performed during the past three years. For example: (1) How many contracts did your company have as the prime contractor for LGR-related support services? (2) What was the duration of cited contracts? (2a) For whom (i.e., academic, industry, public, or government groups)? (2b) What was each contract's price range (i.e., minimum greater than or equal to $2 million per year)? (2c) If quality awards received, include title, issuing agency, and date received. (2d) If certifications are held, include description, date received, and expiration date. (2e) References for cited examples should include: company's full, legal name and address; contract number; and point of contact's name, title, e-mail address, and telephone number). Questions regarding this notice may be submitted by e-mail to teresa.a.simpson.civ@mail.mil on or before 5 PM (EDT-Fort Knox time), MONDAY, 7 JULY 2014. Verbal, telephonic, and FAX inquiries will neither be accepted nor answered. The government's answers will be posted by an amendment to this notice on or before close of business (COB) WEDNESDAY, 9 JULY 2014. This sources sought notice neither constitutes a Request for Proposal (RFP) or an Invitation for Bid (IFB) nor does it restrict the government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the government for any purpose.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/072693136013431440c975dc2f1872d1)
 
Place of Performance
Address: MICC Center - Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY
Zip Code: 40121-5000
 
Record
SN03418754-W 20140711/140710022649-072693136013431440c975dc2f1872d1 (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.