Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2016 FBO #5509
SOURCES SOUGHT

R -- Army Trauma Training Support Services-Clinical - Performance Work Statement

Notice Date
12/21/2016
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, Texas, 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W81K04-17-T-0002
 
Archive Date
1/25/2017
 
Point of Contact
Dawn E. Simington, Phone: 2102213154, Yesenia C. Rodriguez, Phone: 2102214179
 
E-Mail Address
dawn.e.simington.civ@mail.mil, yesenia.c.rodriguez2.civ@mail.mil
(dawn.e.simington.civ@mail.mil, yesenia.c.rodriguez2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement THIS IS A REQUEST FOR INFORMATION (RFI) ONLY; it is not a Solicitation (i.e. NOT a Request for Proposal, Request for Quotation, or Invitation for Bids) or an indication that the Health Readiness Contracting Office (HRCO) will contract for the services contained in the RFI. This RFI is part of a Government market research effort to determine the scope of industry capabilities and interest and will be treated as information only. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI are strictly voluntary and the Government will not pay respondents for information provided in response to this RFI. Responses to this RFI will not be returned and respondents will not be notified of the result of the review. If a competitive solicitation is issued, it will be announced on the Federal Business Opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that Solicitation announcement separately from any response to this announcement. This RFI does not restrict the Government's acquisition approach on a future Solicitation. RESPONSES: Respondents to this RFI are to describe their interest and ability to perform the requirements summarized within the attached Draft Performance Work Statement (PWS). Responses are to contain (1) company name, (2) CAGE code, (3) business size pursuant to NAICS code 611430 (size standard $11 million), (4) mailing address, (5) primary point of contact information, to include telephone number and email address. Responses should be formatted as either MS Word (.doc) or Adobe Portable Document Format (.pdf) and should be limited to a maximum of three (3) pages. Proprietary/Competition Sensitive information (appropriately marked) will be protected from disclosure to the greatest extent practical, however it is preferred that respondents do not provide proprietary or otherwise restricted responses. No faxes, courier delivered, or telephone inquiries/submissions will be accepted. Responses should be submitted to Dawn E. Simington, Contract Specialist at dawn.e.simington.civ@mail.mil and Yesenia C. Rodriguez, Contracting Officer, at yesenia.c.rodriguez2.civ@mail.mil no later than 4:00 PM CST, January 10, 2017 DESCRIPTION OF REQUIREMENT: This is a non-personal services requirement to provide advanced trauma training support services to the Army Trauma Training Department (ATTD), to supplement the Medical Training Agreement (MTA) for pre-deployment trauma/surgical training. The required services include meals for Army medical students attending the Army Trauma Training Course (ATTC), administrative support services, and trauma training operational support services in accordance with the attached Draft PWS. QUESTIONS FOR INDUSTRY: The Government desires that respondents offer responses to the following questions as they relate to the Draft PWS: (1) Does your organization currently provide similar services in accordance with the specifications in the attached Draft PWS to organizations within the commercial market? If so, please describe the services including scope and complexity, currently being performed. (2 Does your organization currently provide similar services in accordance with the specifications in the attached Draft PWS to organizations within the Federal Government? If so, please describe the services including scope and complexity, currently being performed. (3) Does your organization have a current GSA schedule for similar services in accordance with the specifications in the attached Draft PWS? If so, what is the GSA contract number, expiration date, and order limitations? (4) Reference Paragraph 1.1.2 of the attached PWS. Is your organization willing to provide lodging to support a minimum of 11 and a maximum of 12 double occupancy, non-smoking, fully furnished rooms with two beds full-size or larger in a 3-star hotel or equivalent facility? If not, is your facility located within walking distance of an equivalent commercial facility willing to provide the lodging support described in the Draft PWS? Please provide the facility name and phone number. (5) What type of acquisition strategy would you recommend for this type of requirement? Please include your suggested contract type, CLIN structure, unit of issue, pricing arrangements, and performance incentive strategies in your response. (6) What are your questions/concerns with the services required in the DRAFT PWS? If providing comments, please refer to the paragraph number whenever possible so that the Government can accurately reference the area in question. (7) If the Government were to publish a formal solicitation, do you anticipate any challenges preparing a competitive price proposal to provide a similar product or service based on some or all of the characteristics above? Do you anticipate any perceived barriers to competition? If, so can you specify? (8) Do you anticipate your organization will submit a response to a future solicitation, if issued, to support this requirement?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-17-T-0002/listing.html)
 
Record
SN04357089-W 20161223/161221234254-c41288ac3c7a18bf31c77ab909ac7b8d (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.