Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2010 FBO #3108
SOURCES SOUGHT

R -- Special Needs Identification & Assignment Coordination Program - Performance Work Statement

Notice Date
5/27/2010
 
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
F2M4AK0118A001
 
Archive Date
6/18/2010
 
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 for SNIAC This is a Request for Information (RFI). This is NOT a solicitation request for proposals or quotations. The purpose of this notice is to obtain information. The Air Force Medical Operations Agency (AFMOA), Brooks City-Base, San Antonio TX, is conducting market research concerning the availability of qualified, experienced, and interested sources to provide non-personal medical services totaling two (2) Full Time Equivalent (FTEs) support personnel. This includes one onsite FTE registered nurse and one onsite FTE Senior Program Support Specialist who shall provide clinical, administrative and programmatic support to the Special Needs Identification Assignment and Coordination (SNIAC) Program at AFMOA. Refer to the attached draft Performance Work Statement (PWS) dated 14 April 2010, for additional information. The information requested by this Request for Information (RFI) will be used within the AFMOA to facilitate decision making and will not be disclosed outside the agency. For the purposes of the RFI it is anticipated the contract type will be a single award with Firm Fixed Price CLINs; the proposed period of performance will cover a one-year base period with additional four one-year options; and 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 you determined that your firm is qualified, experienced, and interested in providing the requirements described in this RFI and the PWS, please provide a Capability Statement to Mr. Scott Thompson at email scott.thompson.ctr@brooks.af.mil by 3 June 2010 @ 3:30pm (cst). The Capability Statement should include general information and technical background describing your firm's qualifications and experiences in contracts requiring similar efforts to meet the program objectives as stated in the draft PWS. All responses shall be transmitted electronically. Submissions shall be compatible with and accessible using Microsoft Office software applications (minimum 12 pitch font). Responses shall be limited to no more than 20 pages (double spaced with one inch margins), including cover letter, cover page, and table of contents. Each response must address all requirements as stated. Responders shall include as part of their response (1) Company Name, Address, CAGE Code, DUNS, points of contact, telephone number, and email address; (2) SBusiness size (pursuant to identified NAICS Code 541611 and small business size standard of $7.0 million); (3) Indicate if your role in the performance of the requirement would be (a) Prime Contractor, (b) Subcontractor, or (c) Other; please describe; (4) If you indicated your role as "Prime" on item (3), indicate the functions for which you plan to use subcontractors; (5) If you indicated your role as "Prime" on item (3), please provide brief information you feel would indicate your capability to mobilize, manage, and finance a large service contract; (6) If you indicated your role will be a "Subcontractor" on item(3), please indicate which functional areas you intend to cover; (7) Indicate if your company primarily does business in the commercial or Government sector; (8) 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 (10) Provide a rough order of magnitute (ROM) for cost; (11) Provide estimated small business subcontracting goals and rationale; and (12) Provide any other programmatic and technical information respondents deem necessary to aid the government in its program planning decision. Additional information: This notice does not obligate the Government to award a contract or otherwise pay/reimburse respondents for the information provided in response to this RFI synopsis or any future requests. Any information submitted in response to this RFI is strictly voluntary. It is the responsibility of potential offerors to monitor this site for the release of any follow-on information. All documentation shall become the property of the Government. Unless otherwise stated herein, no additional information is available and requests for the same will be disregarded. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. All proprietary or sensitive information must be marked in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/F2M4AK0118A001/listing.html)
 
Place of Performance
Address: Air Force Medical Operations Agency, San Antonio, Texas, United States
 
Record
SN02162408-W 20100529/100527235327-9d0c15647cbc2477eabd34a799e21963 (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.