Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
MODIFICATION

R -- Medical Liaison Officer Army Capabilities Integration Center

Notice Date
7/11/2018
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
 
ZIP Code
21702-5014
 
Solicitation Number
MC180001
 
Archive Date
7/21/2018
 
Point of Contact
Mark W. Clinger, Phone: 3016191350
 
E-Mail Address
mark.w.clinger.civ@mail.mil
(mark.w.clinger.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI)/Sources Sought (SS), as well as Industry Feedback ONLY. This RFI/SS is issued solely for information and planning purposes - it does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. 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. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a projected sole source process. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI/SS will be solely at the interested vendor's expense. Not responding to this RFI/SS does not preclude participation in any future Request for Proposal (RFP), if any is issued. This RFI/SS is to gauge interest in the upcoming requirement for a Medical Liaison Officer per agreement between the Army Capabilities Integration Center (ARCIC) and the U.S. Army Medical Research & Materiel Command (USAMRMC), dated 5 Aug 2016, USAMRMC would provide a Liaison Officer (LNO) at ARCIC to enhance visibility of medical capabilities. A medical Liaison Officer will serve as a subject matter expert/integrator to assist with translation of medical science and technology (S& T) capabilities, competencies, threats, requirements and warfighter objectives/needs. This will also facilitate collaboration with development, review, and evaluation of other Force Operating Capabilities (FOCs) and develop synergies throughout the medical S&T processes and ARCIC experimentation venues. To ensure that MRMC stays integrated with ARCIC, and aware of impacts of future directions of the Army on medical research, a person is needed onsite to represent the medical enterprise. When submitting a capability statement to this draft PWS, please submit a capability statement that describes relevant past performance based upon the size and scope of the outlined requirement. Please do not regurgitate the draft PWS tasks, rather contractors shall describe/outline company specific capabilities that match the work outlined in the draft PWS in order for the Government to make a fair capabilities determination. Capability statements will be evaluated to the degree to which they demonstrate: (1)Described relevant past performance based on the size and scope of the outlined requirement; (2) Described company specific capabilities that match the work outlined in the draft PWS. In addition, the Government requests you respond to the specific questions listed below in order to satisfy this RFI/SS. Any industry feedback regarding the PWS is encouraged and welcome. Please list any feedback accordingly (marked as vendor feedback) following your capability statement and responses to the listed Government questions. How to Respond: a) Please provide a capabilities statement of no more than 15 single sided pages that addresses the questions/requests for information posed in Appendices A, and B. The formal closing date for this RFI/SS and for the submission of responses is NLT 20 July 2018 at 1200PM ET. All responses should be submitted electronically using PDF, HTML, MS Word or PowerPoint formats to the POC, Mr. Mark Clinger at the following e-mail address: mark.w.clinger.civ@mail.mil b) Each response should include the following Business Information: i) Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. ii) Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. iii) DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in System for Award Management(SAM, at www.sam.gov) to be considered as potential sources. *Total e-mail file limit size is restricted to 5MB. Files exceeding this threshold shall be submitted over multiple messages, and be identified as "Message #x of #x". Appendix A 1) Please describe your organization's customer base and years of experience in providing Medical Liaison Officer Support as described in the attached draft PWS. 2) Please describe your organization's specific and relevant experience and expertise to fulfill this requirement. 3) Please describe your relevant past performance for projects of similar size and scope for this requirement. Please provide examples or provide references of previously completed deliverables related to this requirement. 4) Does your company: a. participate in any Government-wide Acquisition Contracts/GWACS b. Have A Federal Supply Schedule (FSS) Contract? c. If you have (or had) contracts with the Federal Government,what contract vehicle(s) have you utilized in the past? 5) If your company does not have a GWAC or FSS, do you provide preferred Government pricing? Pleasedescribe your pricing methodology. Do you provide preferred Government pricing/discounts off commercial pricing if you do not provide pricing through a Government contract vehicle? 6) Although a FFP Contract is being contemplated, do you have a CAS approved accounting system and are you immediately postured to perform cost reimbursement type contracts if requested? Appendix B 1. Feedback on the attached PWS 2. Information relating to capabilities, novel ideas, industry best practices, industry capabilities to meet the needs of the Government's requirement as outlined in the PWS. Summary: THIS IS A REQUEST FOR INFORMATION ONLY to identify sources that can provide the stated services IAW the attached Performance Work Statement (PWS). The information provided in the RFI/SS is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the services discussed, and release of this RFI/SS should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. The Government will not entertain questions regarding this Market Research. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/MC180001/listing.html)
 
Place of Performance
Address: Fort Eustis, Newport News, Virginia, 23604, United States
Zip Code: 23604
 
Record
SN04987420-W 20180713/180711231159-c0cef8c7e88eb1252a9244d076b4be1d (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.