Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2008 FBO #2355
DOCUMENT

R -- 711th Human Performance Wing Mission Support RFI - Performance Work Statement (PWS)

Notice Date
5/6/2008
 
Notice Type
Performance Work Statement (PWS)
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 311th HSW/PK 8150 Aeromedical Road, Brooks AFB, TX, 78235-5123, UNITED STATES
 
ZIP Code
78235-5123
 
Solicitation Number
Reference-Number-FA8900-08-R-1010
 
Response Due
5/20/2008 5:00:00 PM
 
Point of Contact
Mary N Farr,, Phone: 210-536-6212, Kim T Walton,, Phone: 210-536-2094
 
E-Mail Address
mary.farr@brooks.af.mil, kim.walton@brooks.af.mil
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) #2, dated: 06 May 2008 Amending RFI #1, dated 21 Dec 2007 Description THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. This supplemental RFI is issued for the purpose of refining initial responses received in order to develop a viable solicitation that will best communicate the Government's requirements to industry. Response to this RFI is strictly voluntary and will not affect any ability to submit an offer if, or when, a solicitation is released. The requested information is for planning purposes only and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of information in response to this RFI. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with applicable Government regulations. GENERAL INFORMATION. The 711th Human Performance Wing (HPW) to include all organizations formerly known as Air Force Institute for Operational Health (AFIOH), United States Air Force School of Aerospace Medicine (USAFSAM), Plans and Programs Directorate (311th HSW/XP), and Performance Enhancement Directorate (311th HSW/PE), hereafter referred to as the Human Performance Wing (HPW), is planning to contract with firms to perform mission support services. The primary focus of any resultant contract will be to provide mission support services for the HPW, including Advisory and Assistance Services (A&AS), and Other Non-R&D Mission support services. The HPW anticipates the award of Indefinite Delivery/Indefinite Quantity (IDIQ) contract(s) to multiple firms using NAICS code 541690. The small business size standard associated with this NAICS code is $6,500,000. The anticipated program ceiling for this acquisition is $95 Million. The HPW currently anticipates awarding at least 3 contracts. At this time, the HPW is considering the following pricing arrangements for inclusion under any resultant contracts - Firm Fixed Price (FFP), Cost-Plus Fixed-Fee (CPFF), or Time & Materials (T&M) depending on the nature of the requirement at the task order level. Additionally, the HPW currently anticipates that each contract will have a basic ordering period of five years with one additional year for performance. Central Contract Registration (CCR) will be mandatory for these contracts (see CCR website at www.ccr.gov). BACKGROUND AND PROGRAM INFORMATION. These IDIQ contracts will address the mission support services as outlined in the Draft Performance Work Statement (Attachment 1), dated 05 May 2008. The HPW requests comments from interested parties to the questions below. Failure to respond to this amended RFI may result in a situation whereby the government cannot effectively evaluate whether or not your company can meet the requirements of this acquisition. 1. What is your company's cage code? 2. The Air Force has changed the NAICS code to 541690. Is your company qualified to receive an award under this NAICS code? Indicate Yes or No. 3. What is your business size based on NAICS code 541690 and what small business subcategories are applicable to your business? Small Business Small Disadvantaged Business 8(a) Woman Owned Small Business Veteran Owned Small Business Service Disabled Veteran Owned Small Business HUB Zone Small Business Large Business Non-Profit 4. a. Provide at least one example of your company's sole experience in staffing and recruiting for each of the following mission areas in the last three years for a duration exceeding 6 months. Limit your responses to each of the mission areas to one single spaced page. (1) Ionizing and non-ionizing radiation surveillance to include Radiation Dosimetry, Spectral Analysis, Consultative Services (Ionizing Radiation, Radio-Frequency Radiation, and Lasers), as well as any accreditations associated with these missions. (PWS Paragraph 2.4) (2) Human Performance enhancement, optimization, and sustainment, as it pertains to weapons systems (PWS Paragraph 2.9) (3) Full range of science and technology services to support the evaluation, validation, and transition of new and emerging off-the-shelf technologies (commercial or government). (PWS Paragraph 2.10) (4) Aerospace Medical and Clinical Support to include, Hyperbaric Physicians/Nurses/Technicians, Flight Surgeon, Neurologists, Ophthalmologists and Psychiatrists and associated credentialing if any needed (PWS Paragraph 2.2.1) (5) Clinical Reference Laboratory Support includes Medical Laboratory Technologists, Medical Laboratory Technicians, and Medical Laboratory Assistants to process and analyze large volumes of clinical laboratory specimens by automated and manual test procedures (PWS Paragraph 2.6) (6) Occupational, Environmental and Public Health consultation (i.e. preventive medicine and infectious diseases, and accomplishment of environmental, safety and occupational health risk assessments, hazard identification, exposure assessment, toxicological assessment, and risk characterization) (PWS Paragraph 2.11) (7) Analytical Chemistry Personnel Services to include (PWS Para 2.5): i. Analysis of Occupational and Environmental samples by Gas/Liquid Chromatography, Mass Spectrometry, and Spectrophotometry processes. ii. Provision of technical experts to communicate required information pertaining to field analytical instrumentation. b. Does your company alone have the capability/experience to meet all the requirements above? Indicate Yes or No. c. If no, describe in detail how your company intends to obtain the capability to meet the requirements. Limit your responses to one single spaced page. 5. Describe in one single spaced page per scenario a) Your capability to fulfill this requirement with the appropriate expertise and b) In the time frame specified for each of the two scenarios below: a. A Chemical, Biological, Radiation, and Nuclear event has occurred that requires immediate technical surge support within 7 days for replacing mobilized members and providing 24 hr/ 7 day operations in order to support event duration. This support will be provided at either Brooks City-Base and/or Wright-Patterson AFB. b. The USAF Radiation Dosimetry Laboratory, in order to comply with BRAC law, will be required to operate in two locations (San Antonio and Dayton Ohio). Per Code of Federal Regulations, Title 15, Part 286, NIST Handbook 150, and NIST Handbook 150-4, the Dayton Ohio location will be required to seek its own National Voluntary Laboratory Accreditation Program (NVLAP) accreditation. Operation of the San Antonio laboratory cannot be terminated until full accreditation of the Dayton, Ohio location is complete. A Laboratory Technical Director, Staff Dosimetrists and a Radiation Calibration Technician will be required at both locations to assist the AF during the NVLAP accreditation process. The accreditation process will take between 9 to 18 months to complete; therefore it is critical that experienced personnel be provided to avoid any unnecessary delays in this process. 6. There are potential risks associated with moving the requirement from Brooks City Base, Texas to Wright-Patterson AFB, Ohio; identify what your company views as risk areas and your risk mitigation strategy. Limit your responses to one single spaced page. 7. There are positions that require a SECRET clearance; as a result your company must have at least a SECRET Facility clearance. Does your company have a SECRET Facility clearance? Indicate Yes or No 8. If you do not have a Facility Clearance, what is your plan of obtaining the clearance prior to contract award? Please be specific. THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS AN RFI FOR PLANNING PURPOSES ONLY. Please note that official information will be provided only by the Contracting Officer or the Contract Specialist. Any information received from other sources should not be relied upon as official. Response Due Date: 20 May 08 5:00PM CST via Email. POINTS OF CONTACT: Kim Walton, Contracting Officer, Phone (210) 536-4421, FAX: 210-536-3380, Email: kim.walton@brooks.af.mil and Mary Farr, Contract Specialist, Phone (210) 536-6212, FAX: 210-536-3380, Email: mary.farr@brooks.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a135b55cba53c3da11ad93adebeaaff0&tab=core&_cview=1)
 
Document(s)
Performance Work Statement (PWS)
 
File Name: 'Draft' Performance Work Statement ({WS) for 711 Human Performance Wing (HPW) Non R&D Mission Requirements dated 5 May 2008 (HPW-PWS'Draft'- 5 May 08 (2).doc)
Link: https://www.fbo.gov//utils/view?id=a8ac4d9e2bbc666809fc50a6280e40e0
Bytes: 95.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 2510 Kennedy Circle, Bldg. 150, Brooks City-Base, TX 78235
Zip Code: 78235-5115
 
Record
SN01567080-W 20080508/080506215336-a135b55cba53c3da11ad93adebeaaff0 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.