Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2008 FBO #2525
SOURCES SOUGHT

99 -- Naval Medical Research & Development Area of Responsibility (Omnibus 2) Contract for Support Services

Notice Date
10/23/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Natick, RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-09-R-XXX1
 
Response Due
11/14/2008
 
Archive Date
1/13/2009
 
Point of Contact
felicia morales, 508-233-4621<br />
 
Small Business Set-Aside
N/A
 
Description
The U. S. Army RDECOM Acquisition Center, Natick Contracting Division, Natick, MA on behalf of the Naval Health Research Center (NHRC) has a requirement for Naval Medical Research & Development Area of Responsibility (Omnibus 2) Contract for Support Services. Contractor support services will include project management, subject matter expertise (e.g., scientific, engineering, or analytical), technical support (e.g., lab technician), and administration (e.g., clerk or fiscal). Services will support mainstream command functions and will not be performing R&D directly. Services include both on-site and off-site. Facility security clearance will be required. The purpose of Omnibus 2 is to augment the current Omnibus contract, the former for contractor support services to support the mission of the Naval Medicine Research & Development Area of Responsibility (AOR) and the latter for Research & Development tasks. The mission of the Naval Medical Research & Development AOR is to conduct research, development, tests, and evaluations to enhance the health, safety, and readiness of Navy and Marine Corps personnel in the effective performance of peacetime and contingency missions and to perform other functions as directed by higher authority. The Naval Medicine Research & Development AOR includes various elements of the Bureau of Medicine and Surgery (BUMED), Washington, DC, requiring R&D support; Naval Medical Support Command (NMSC), Jacksonville, FL; Naval Medical Research Command (NMRC), Silver Spring, MD; Biological Disease Research Directorate, Rockville, MD; Bone Marrow Research Directorate, Rockville, MD; Naval Institute for Dental and Biomedical Research (NIDBR), Great Lakes, IL; Naval Health Research Center (NMRC), San Diego, CA; Naval Submarine Medical Research Laboratory (NSRML), Groton, CT; Naval Aerospace Medical Research Laboratory (NAMRL), Pensacola, FL; Environmental Health Effects Laboratory (EHEL), Wright Patterson Air Force Base, OH; and Direct Energy Bioeffects Laboratory (DEBL), Brooks City-Base, TX. Place of performance will be at those agencies listed above. The Government envisions contracts which include the following contract types: Firm-Fixed-Price and Cost-Plus-Fixed-Fee. Contracts will be Indefinite Delivery/Indefinite Quantity (ID/IQ), in which Delivery Orders may be issued. Contracts will be for a base year, with 4 one-year options. The Government envisions that multiple awards would be made; however, it reserves the right to make no award or to make a single award, if in the best interest of the Government. If for any reason, there are no successful proposals, or only one successful proposal, the Government reserves the right to re-open the solicitation. Offerors are hereby notified that NHRC support contractors (not competing for this requirement and not a current holder of an Omnibus contract) may be advisors to the evaluation panel, and by submitting a proposal, the offeror is consenting to such. After reading the scope of work above, Please provide a white paper (10-page limit) explaining the following questions: Include supporting documentation as applicable. 1) Do you have the capability for the required work? 2) What experience or past performance of a similar nature will be used to support your qualifications/capabilities? 3) Please indicate the dollar range of a contract that your business is capable of undertaking. Express this in terms of a minimum (the last value you would consider in order to develop a bid proposal) and a maximum the largest value your firm is capable of working on considering your current schedules and capability. 4) If this project were set-aside for small business, would you submit a bid proposal if in your range? 5) Is your firm a certified HUBZONE firm? 6) Is your firm a certified 8(a) firm? Failure to answer any above questions may result in a determination of lack of capability for purposes of this survey. Telephone calls will not be accepted. Email only responses are requested by 12: EST November 14, 2008 and should be forwarded to felicia morales@us.army.mil phone number 508-233-4621. This request is for information and planning purposes only and is not to be considered as a commitment to the Government. This document will assist the Government in identifying potential sources. This is not a Request For Proposal, Invitation For Bid, or an announcement of a solicitation. Responses to this sources sought is strictly voluntary and will not affect future ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e4673afcd033ea41f45fd15904a68981&tab=core&_cview=1)
 
Place of Performance
Address: RDECOM Acquisition Center - Natick -Various Places of Performance ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA<br />
Zip Code: 01760-5011<br />
 
Record
SN01695699-W 20081025/081023220821-e4673afcd033ea41f45fd15904a68981 (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.