Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2009 FBO #2645
SOLICITATION NOTICE

Q -- Clinical Advisory/Technical Services (CATS)

Notice Date
2/20/2009
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
FA7014-09-R-0018
 
Point of Contact
David E Rohlinger,, Phone: 937-255-3082
 
E-Mail Address
david.rohlinger@wpafb.af.mil
 
Small Business Set-Aside
Partial Small Business
 
Description
This Advisory & Assistance (A&AS) requirement is to provide management and professional support services, studies, analysis and evaluations, and engineering and technical services to meet Air Force Medical Service (AFMS) Advisory & Assistance (A&AS) requirements throughout the United States including Alaska and Hawaii. The Air Force's intent is to award a multiple award task order, indefinite delivery indefinite quantity contract. The estimated award date is 11 Sep 09. The anticipated contract will have a 5-year ordering period. Competitive task orders will be awarded for up to one year with one year option periods until the end of performance. The approximate Draft Request for Proposal (RFP) issue date is 3 Mar 09. An industry day is scheduled for 16 Mar 09 to discuss the draft RFP. The solicitation release date is scheduled for 29 Apr 09 with a response date of 29 May 09. The anticipated final solicitation will include a full and open competition that targets 5 contract awards followed by a small business set aside competition targeting an additional five small business awards. This strategy has been coordinated with the Small Business Administration. The AFMS Clinical Advisory/Technical Services (CATS) contracts shall serve as a vehicle to provide management and professional support services including advice/opinions. Studies, analysis and evaluations will provide alternatives and recommendations to improve the AFMS knowledge and expertise in the area of (but not limited to) group practice management, subject matter expertise, health care administration, project management, executive assistance, administrative assistance, policy and engineering and technical services. Policy services include development, management, administration and improving operation of the Legacy Systems. Engineering and technical services may be required to more effectively maintain and operate AFMS infrastructure including software, hardware and physical infrastructure in, for example, the area of supporting life-cycle management activities on field medical systems. In performing these services, the contractor may be required to provide studies, analysis and/or evaluations in, for example, the area of financial analysis and business process consulting. The NAICS Code for this acquisition is 541611-Administrative Management & General Management Consulting Services. The small business size standard is $7,000,000.00. All responsible sources may submit a proposal that will be considered by this Agency. Contractors will be solely responsible for monitoring the Internet for details on industry day, downloading the daft solicitation and final solicitation or any subsequent amendments through the Electronic Posting System (http://www.fbo.gov). Registration for the solicitation is requested once it is posted since this will be the only source of information available from which to compile a source list of interested offerors. To be eligible to receive an award resulting from the solicitation, the contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. Contractors must also complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca. No paper copies will be issued. It is incumbent upon the interested parties to review the aforementioned site regularly for any updates/amendments to any and all documents. This notice does not obligate the Government to award a contract, it does not restrict the Government's ultimate approach, nor does it obligate the Government to pay for any proposal preparation costs. All inquiries regarding this acquisition should be directed to Capt David Rohlinger at david.rohlinger@wpafb.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=738600c6b857c67ce079d612ad988b06&tab=core&_cview=1)
 
Place of Performance
Address: Performance will be as discussed in the description, United States
 
Record
SN01754272-W 20090222/090220215324-738600c6b857c67ce079d612ad988b06 (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.