Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
SOURCES SOUGHT

Q -- Next Generation Genetic Testing - DRAFT_Performance Work Statement

Notice Date
6/1/2016
 
Notice Type
Sources Sought
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, Washington, 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W81K02-16-T-0130
 
Archive Date
6/23/2016
 
Point of Contact
Jose D. Domingo, Phone: 3604869806
 
E-Mail Address
jose.d.domingo.civ@mail.mil
(jose.d.domingo.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT - Performance Work Statement The Joint Base Lewis McChord, Health Contracting Cell (JBLM-HCC) is conducting a Sources Sought for Market Research purposes only. There is no solicitation available at this time. Requests for solicitation will receive no response. This Sources Sought is conducted to identify potential sources capable of meeting the requirements to provide next generation genetic testing at Madigan Army Medical Center (MAMC), Tacoma, WA in accordance with the attached DRAFT Performance Work Statement (PWS). The PWS is attached for informational purposes only. JBLM-HCC anticipates a Firm Fixed Price contract will be awarded. JBLM-HCC anticipates a one-year Base Period of Performance (POP) 1 Oct 2016 - 30 September 2017 with two one-year option periods, ending 30 September 2019, if exercised. Information is being collected from all potential sources at this time. The Government will not answer any questions. Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The National American Industry Classification System (NAICS) code for this action is 621511, Medical Laboratories. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. JBLM-HCC has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. All interested parties shall submit a capabilities package. The capabilities package should be BRIEF and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided, including whether this experience was as a prime or subprime contractor, whether it was in support of a Government or commercial contract, and what the scope of the experience was. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Interested contractors will clearly explain how they intend to meet the stated requirements. Your statement of capabilities should include the following: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and Small business size certification, if applicable. Please submit one (1) electronic copy of your response to jose.d.domingo.civ@mail.mil. Statements should be submitted no later than Wednesday, 8 June 2016 at 12:00 (Noon) PM Pacific. The Government will not answer any questions. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W81K02-16-T-0130/listing.html)
 
Place of Performance
Address: Madigan Army Medical Center, Tacoma, Washington, 98431, United States
Zip Code: 98431
 
Record
SN04134023-W 20160603/160601234318-0f9f97d8a9537a0e1ff234239481c5a9 (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.