Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2017 FBO #5530
MODIFICATION

65 -- PRK Clinic Service

Notice Date
1/11/2017
 
Notice Type
Modification/Amendment
 
NAICS
621320 — Offices of Optometrists
 
Contracting Office
Department of the Air Force, Air Education and Training Command, 502d Contracting Squadron, 1655 Selfridge Avenue, JBSA Lackland, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
FA3016-18-C-PRK
 
Archive Date
2/25/2017
 
Point of Contact
Rosa G. Lara, Phone: 2106711741, Heather A. Sorensen, Phone: 2106710551
 
E-Mail Address
rosa.lara.1@us.af.mil, heather.sorensen@us.af.mil
(rosa.lara.1@us.af.mil, heather.sorensen@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Type of Notification: Sources Sought This is a sources sought synopsis only, (not a pre-solicitation notice pursuant to FAR Part 5). The purpose of this notice is to gain knowledge of potential qualified sources. Description: The Department of Defense Military Treatment Facilities (MTF) in San Antonio, Texas, has a requirement for PRK personal and non-personal services as described in this PWS. Personal services include optometry services including vision research laboratory operations, clinical management, surgical technician, and technician services. Non-personal services include administrative service management, medical records clerk, and data entry technician services. The Contract Personnel (CP) shall work within the Government provided facility and use Government provided equipment and will perform services and support compatible with the medical facility's operating capacity and equipment. This requirement is for a base year plus 4 (1-yr) Options with a Period of Performance: 1 Oct 2017 - 30 Sep 2022. 17 Full Time Employees (FTEs) required: - Optometrist - 2 FTEs - PRK Clinical Manager/Research Asst- 1 FTE - PRK Surgical Tech - 3 FTEs - PRK Technicians - 7 FTEs - Admin Service Manager - 1 FTE - Medical Admin Tech - 3 FTES Responses to this notice shall include the following: a) Company Name, b) Address, c) Cage Code, d) DUNS Number, e) Point of Contact/Fax number, f) Size of business pursuant to NAICS code 621320/Business size standard $7.5M, g) Any specific socioeconomic small business category (i.e. 8(a), HUBZONE, Women-Owned, Service-Disabled Veteran-Owned, etc.), and h) A brief resume of performance of similar services of the magnitude described above (include contact and phone number of projects listed), a statement as to whether your company is domestic or foreign owned. In addition, the respondent must provide a Capability Statement that addresses the qualifications and ability to support and perform as a prime contractor the work described below. This notice is neither a request for quotes nor a solicitation of offers. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is possible for the Government. Responses must provide clear and concise documentation indicating a vendor's bona fide capability to provide this equipment/service. All information submitted should fully support the vendor's definite capability to provide the equipment/service required, and shall be furnished at no cost or obligation to the Government. Verbal responses are not acceptable and cannot be considered. Any interested party requiring additional information may inquire with the below point of contacts (POC's). This survey is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10. This notice is for informational purposes only and does not constitute an Invitation for Bid or Request for Proposal, and is not to be construed as a commitment by the Government. The Government will not reimburse contractors for any cost incurred for their participation in this survey. Small businesses are encouraged to participate in this survey. The Government reserves the right to decide whether or not a socioeconomic small business category set-aside or a small business set-aside is appropriate based on responses to this notice. Prospective vendors are cautioned that if you cannot provide requirements outlined above, please do not respond to this notice. In the event a prospective vendor is selected for an award, the selected vendor must be registered in the Systems for Awards Management website at www.sam.gov. All prospective offerors who may be interested in participating in a future procurement for this requirement should respond to this Source Sought Notice by responding in FBO's electronic system or by contacting the individual(s) below. Responses must be received no later than 10:00 CST on Friday, 10 February 2016. CA: Rosa G. Lara Email: rosa.lara.1@us.af.mil Phone: 210)671-1741 CO: Heather Sorensen Email: heather.sorensen@us.af.mil Phone: 210)671-0551 Address: 1655 Selfridge Ave., Building 5450 JBSA Lackland, TX 78236-5253 Attachments: Draft Job Descriptions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3016-18-C-PRK/listing.html)
 
Place of Performance
Address: Wilford Hall Ambulatory Surgical Center (WHASC), 2200 Bergquist Drive, JBSA Lackland, Texas, 78236, United States
Zip Code: 78236
 
Record
SN04368689-W 20170113/170111234027-8765bd708e0547072013bf9446c1a383 (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.