Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2010 FBO #3087
SOURCES SOUGHT

R -- Request for Information in support of Pre-Deployment Neuro-Cognitive Assessment Testing (NCAT).

Notice Date
5/6/2010
 
Notice Type
Sources Sought
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W81K04-RFI-NCAT
 
Response Due
12/31/2010
 
Archive Date
3/1/2011
 
Point of Contact
Shirley Tolbert, 210-295-4392
 
E-Mail Address
Center for Health Care Contracting
(shirley.tolbert@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Medical Command (MEDCOM), Center for Health Care Contracting (CHCC), on behalf of the Department of the Army, has developed this Request for Information (RFI) to solicit market research information from industry to assist the Government with analysis of a Government requirement and provide commercial insight on performance-based solutions, best practices, possible contractual arrangements, and potential issues. THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a Solicitation, or an indication the CHCC will contract for the items contained in the RFI. This RFI is part of a Government market research effort to determine the scope of industry capabilities and interest and will be treated as information only. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI are strictly voluntary and the Government will not pay respondents for information provided in response to this RFI. Responses to this RFI will not be returned and respondents will not be notified of the result of the review. If a Solicitation is issued, it will be announced on the Federal Business Opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that Solicitation announcement separately from any response to this announcement. This RFI does not restrict the Governments acquisition approach on a future Solicitation. The Governments requirement is to obtain contractor dedicated resources to the MEDCOM in support of the Neuro-Cognitive Assessment Testing (NCAT) Program Office. The NCAT Program is an existing Department of Defense (DoD) program designed to provide baseline neuropsychological testing to deploying service members of the Army, Navy, Air Force and Marines. A draft performance work statement (PWS) is attached to this announcement. The Government desires that respondents offer their experience and recommendations on the following questions and issues related to the NCAT requirements of the DoD. When addressing these items, respondents should consider the size and scope of the requirement, which includes providing services at the Military Treatment Facilities (MTFs), listed in Appendices A-C along with the inherent possibility of future CONUS Air Force base locations possibly being added over the period of performance. 1. What are the commercial practices for neuro-cognitive assessment testing? 2. What is the industry practice for a quality control plan? 3. What experience do you have providing this type of services overseas? 4. Does your company perform these types of services under any Federal Supply Schedule or GSA schedule? 5. Are there any available subcontracting opportunities? 6. Does your company have any current history or past performance with the services and/or the listed locations? 7. Can this requirement be firm fixed price? If not what are the recommended contract types (cost, time and materials)? 8. From a contract standpoint, what are the recommended types of contract line items (CLINS) recommended for this requirement i.e. travel, overtime, labor rate? 9. Are there any issues in the commercial marketplace that the Government should be aware of i.e. other testing types, market conditions? 10. Do you believe that multiple work sites require separate pricing? Or just a separate CLIN for CONUS and OCONUS? 11. Is your company Central Contractor Registered (CCR) and current in the database? 12. What is your company size, and category? i.e.; small business, hubzone, 8a 13. What is the preferred method that your company bills for this type of service in regards to testing services? i.e.; flat rates; as needed basis Respondents to this RFI should describe their interest and ability to perform the requirements summarized within this notice. Responses should contain Company Name, Address, Point of Contact, Phone Number, Fax Number, CAGE Code, Size of Business pursuant to NAICS code 621999 (size standard $10,000,000) and GSA contract number, if any. Responses should address the companys experience in providing similar services to medical facilities including commercial, military, or other federal Government hospitals and treatment facilities. When describing this past experience, a brief description of the size, scope, and complexity of the requirement and the contracting vehicle should be provided. To be of greatest value, responses should address the aforementioned questions and issues. Reponses should be e-mailed to the point of contact identified in the below section. Responses should be formatted as either MS Word (.doc) or Adobe Portable Document Format (.pdf) and should be limited to a maximum of ten (10) pages. Proprietary/Competition Sensitive information (appropriately marked) will be protected from disclosure to the greatest extent practical; however, it is preferred that respondents do not provide proprietary or otherwise restricted responses. Responses should be submitted no later than 3:00 PM CDST, May 27, 2010. No faxes, courier delivered, or telephone inquiries/submissions will be accepted. It is anticipated that any resultant contract(s) that might result from this survey would have a period of performance from date of award through 2 January 2016. The North American Industrial Classification System (NAICS) code is 621999; and the small business size standard is $10M. Point of Contact: Shirley Tolbert, 210-295-4392 Email your questions to Center for Health Care Contracting at: Shirley.Tolbert@amedd.army.mil Contracting Office Address: Center for Health Care Contracting ATTN: MCAA-C-PA, Bldg 4197 2107 17th Street, Suite 68 Fort Sam Houston, TX 78234-5068
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-RFI-NCAT/listing.html)
 
Place of Performance
Address: Center for Health Care Contracting ATTN: MCAA C BLDG 4197, 2107 17TH Street Fort Sam Houston TX
Zip Code: 78234-5015
 
Record
SN02142005-W 20100508/100506234648-85036e8d1edb305188eccd5b86ba0016 (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.