Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2009 FBO #2888
SOURCES SOUGHT

R -- Patient Safety Program Managers - performance work statement

Notice Date
10/19/2009
 
Notice Type
Sources Sought
 
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
FA7014-10-R-0000
 
Archive Date
11/10/2009
 
Point of Contact
Scott B. Thompson, Phone: 2105364617
 
E-Mail Address
scott.thompson.ctr@brooks.af.mil
(scott.thompson.ctr@brooks.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement SYNOPSIS: This Sources Sought Notice is issued for informational and planning purposes only. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. The Air Force District of Washington, (AFDW), Brooks City Base, San Antonio TX, is seeking information concerning the availability of capable contractors to provide non-personal medical services totaling 91 FTEs both CONUS and OCONUS locations. These include (85 FTE) Patient Safety Program Managers, (5 FTE) Patient Safety Data Analyst, and (1 FTE) Patient Safety Program Assistant to provide contractor expertise and assistance at AF Military Treatment Facilities (MTFs) to meet Air Force Patient Safety program objectives. Refer to the attached draft copy of the Performance Work Statement (PWS) for additional information. AFDW is currently conducting market research to locate qualified, experienced, and interested potential sources. The information requested by this Request for Information (RFI) will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Should a future requirement evolve from this preliminary planning process, it is anticipated the contract type will be a Single Award with Firm Fixed Price CLINS. The period of performance will cover a one-year base period with additional four one-year options. For the purposes of the RFI, the North American Industry Classification System (NAICS) code is 541611, Administrative Management and General Management consulting Services, and the Small Business Size Standard is $7.0 million. If your firm is capable of providing the requirements described in this RFI, please provide a Capability Statement to Mr. Scott Thompson at email scott.thompson.ctr@brooks.af.mil by 26 Oct 09 @ 1200pm (cst). The Capability Statement should include general information and technical background describing your firm's experience in contracts requiring similar efforts to meet the program objectives. The following information is requested: (1) Company Cage Code, DUNS, name, address, point of contact, telephone number, and email address; (2) Approximate annual gross revenue; (3) Any small business status (8(a), HUB Zone, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of the requirement would be (a) Prime Contractor, (b) Subcontractor, or (c) Other; please describe; (5) If you indicated your role as "Prime" on item 4, indicate the functions for which you plan to use subcontractors; (6) If you indicated your role as "Prime" on item 4, please provide brief information you feel would indicate your capability to mobilize, manage, and finance a large service contract such as this; (7) If you indicated your role will be a "Subcontractor" on item 4, please indicate which functional areas you intend to cover (8) Indicate if your company primarily does business in the commercial or Government sector; (9) Please describe any commercial-sector contracts you have performed for similar services (if applicable); (10) Please indicate which NAICS code(s) your company usually performs under Government contracts; (11) Provide estimated small business subcontracting goals and rationale. The government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documents posted on FBO will not be made available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-10-R-0000/listing.html)
 
Place of Performance
Address: CONUS and OCONUS locations; see PWS, United States
 
Record
SN01987745-W 20091021/091019234710-cdccde6d0430084b60f668f2c43ce2f9 (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.