SOURCES SOUGHT
Q -- TRADOC Support Staff Services
- Notice Date
- 5/15/2025 4:35:34 AM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- W40M USA HCA JBSA FT SAM HOUSTON TX 78234-5074 USA
- ZIP Code
- 78234-5074
- Solicitation Number
- PANHCA25P0000008048
- Response Due
- 5/30/2025 12:00:00 PM
- Archive Date
- 06/14/2025
- Point of Contact
- Monica PERKINS, Phone: 2102954622, CATHERINE-TEHILA Johnson, Phone: 2102214978
- E-Mail Address
-
monica.perkins3.civ@mail.mil, catherine-tehila.o.johnson.civ@health.mil
(monica.perkins3.civ@mail.mil, catherine-tehila.o.johnson.civ@health.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- INTRODUCTION The United States Army Health Care Activity, Health Readiness Contracting Office (HRCO) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the Training and Doctrine Command (TRADOC) requirement , Support Staff Services, 950 Jefferson Ave., Fort Eustis, VA. TRADOC requires additional medical operational (nonclinical) staff support to its current organic medical structure to enable an extensive medical readiness oversight across the TRADOC enterprise. This medical initiative will be accomplished by restructuring the surgeon staff into three medical support divisions: Support Division, Clinical Operational Division and a Medical Operations Division. The Contractor shall coordinate, process and synchronize information, and data associated within the three TRADOC Surgeon medical support divisions across the TRADOC Enterprise to include the Headquarters Department of the Army (HQDA), DHA and the OTSG. Travel primarily within Continental United States (CONUS) is approximately 10 percent of the time. All travel will require the approval of the Contracting Officer, or if delegated to a Contracting Officer Representative (COR) and will be in accordance with the Joint Travel Regulation (JTR). BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT SHALL BE DETERMINED AS AN 8(a) SET ASIDE. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR REQUEST FOR PROPOSAL (RFP), IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL NOT BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. REQUIRED CAPABILITIES If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, POC, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity in ways to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract; 5) Gain knowledge of common business practices for the specified requirement; 6) Obtain feedback regarding feasibility of the described requirement (challenges, limitations, costs, etc.) ELIGIBILITY The applicable NAICS code for this requirement is 541990 with a Small Business Size Standard of $19.5M. The Product Service Code is Q702 You are encouraged to respond; however, each respondent must be registered in sam.gov in their capabilities statement. The United States Army Health Care Activity, Health Readiness Contracting Office (HRCO) is seeking industry information and comments from sources with capabilities to perform the contract and with relevant experience in providing services necessary to perform services of the nature and scope described in this DRAFT PWS. Interested parties shall complete and submit the Capability Statement, attached Market Research Questionnaire and Experience Reporting Form to the government. Interested parties can also use the questions templates for any questions you have on the draft Performance Work Statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS 1) Attached Market Research Questionnaire 2) Attached Experience Reporting Form 3) Capabilities Statement: This documentation must address at a minimum the following items: a.) What type of work has your company performed in the past to support same or similar requirement? b.) Can or has your company managed a task of this nature? If so, please provide details. c.) Can or has your company managed a team of subcontractors before? If so, provide details. d.) What specific technical skills does your company possess which ensure capability to perform the tasks? e.) Please note that under an 8(a) Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods. f.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, EIN, Cage Code, etc. g.) Include in your response your ability to meet the requirements as stated in the PWS. This will be a Firm Fixed Price (FFP) award, and the estimated period of performance will consist of 5 Ordering Periods o f performances, commencing on 1 February 2026. RESPONSE: Interested parties are requested to submit a capabilities statement to include their teaming partner/subcontractor of no more than fifteen (15) pages in length in Ariel font of not less than 10 pitch. The capability statement will specifically address Section 5 requirements of the PWS. The deadline for response to this request is no later than 2 pm, Central Daylight Time, 30 May 2025. All responses to this Sources Sought, including any capabilities statement, shall be electronically emailed in either Microsoft Word or Portable Document Format (PDF), to Monica Perkins, Contract Specialist, monica.perkins3.civ@health.mil, and copy Catherine-Tehila Johnson, Contracting Officer, catherine-tehila.o.johnson.civ@health.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist and contracting officer identified above. Attachments 1) Draft Performance Work Statement (PWS) (includes Personnel Qualifications Description) 2) Market Research Questionnaire 3) Experience Reporting Form 4) Questions Template DISCLAIMER: DO NOT SUBMIT A NARRATIVE, PROPOSAL, BROCHURES, OR ANY ADDITIONAL INFORMATION.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/df383e56120940e9aabc71a38fab8c74/view)
- Place of Performance
- Address: Fort Eustis, VA 23604, USA
- Zip Code: 23604
- Country: USA
- Zip Code: 23604
- Record
- SN07445328-F 20250517/250515230053 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |