Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2015 FBO #4993
SOURCES SOUGHT

R -- Sources Sought for Investigation of Child Maltreatment Underreporting in support of the Army Family Advocacy Program (FAP), IMCOM G9

Notice Date
7/24/2015
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, Fort Sam Houston, TX 78234-1361
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J15R9996
 
Response Due
8/7/2015
 
Archive Date
9/22/2015
 
Point of Contact
Shannon L. Kennedy-Butler, 210-466-2205
 
E-Mail Address
MICC Center - Fort Sam Houston (JBSA)
(shannon.l.kennedy-butler.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS This is a Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for the Investigation for Child Maltreatment Underreporting on behalf of the Army Family Advocacy Program (FAP), Installation Management Command (IMCOM) G-9 on a SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including 8(a) Business Development Program, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. Since 2011, the Children's Hospital of Philadelphia (CHOP) has engaged in a Congressionally-Directed Medical Research Program funded project examining the risk of maltreatment to children of the U.S. Army Soldiers throughout the deployment cycle. Over the course of this work, they identified a substantial gap in the reporting of child maltreatment cases - seen in military treatment facilities (MTFs) or by TRICARE civilian providers - to the Army Family Advocacy Program (FAP) between 2004 and 2007. Eight years have passed since the time frame of the initial CHOP study and it is not known if successful reporting child maltreatment diagnoses to FAP has improved or worsened over that time. Further, there is not a comprehensive understanding of where or how these communication failures are occurring (if indeed they still are). A sole source contract with the original team of investigators through the Children's Hospital of Philadelphia is most advantageous because they: (1) Best understand the methodology used to determine the initial findings - critically necessary to compare more recent data with the original study; (2) have the data connection agreements in place already; and (3) have the data analysis algorithms already in place to quickly run the analyses. Attempting to conduct a competition for this requirement and awarding to a new contractor to complete this study could create a long delay while the new contractor obtains the data from CHOP, obtains the data connection agreements necessary to pull data from the required sources outlined in the PWS, and develop algorithms to run on the data retrieved. This could add months on to the period of performance and drive costs to the Government up. The proposed sole source, will be a Firm-Fixed-Price contract to the Children's Hospital of Philadelphia (CHOP) for the Investigation for Child Maltreatment Underreporting on behalf of the Army Family Advocacy Program (FAP), IMCOM G-9. The statutory authority for sole source procurement is 10 U.S.C. 2304(c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1, Only One Responsible Source. Attached is the draft Performance Work Statement (PWS), Performance Requirement Summary (PRS) and Technical Exhibits. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids, or proposals at this time and will not accept unsolicited proposal sin response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government wide Point of Entry (GPE) if required. It is the responsibility of potential Offerors to monitor the Government wide Point of Entry. It is the responsibility of potential Offerors to monitor the GPE for additional information pertaining to this requirement. The anticipated NAICS Code is 541990, All Other Professional, Scientific and Technical Services, Size Standard: $15M. Respondents are encouraged to review the information requested carefully and ensure a complete response for thorough consideration. Please note respondents are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in the response. The Government will not return any information submitted in response to this notice. Responses or inquiries about this sources sought notice shall be submitted on or before close of business 07 August 2015 via email to Ms. Shannon Kennedy-Butler at shannon.l.kennedy-butler.civ@mail.mil. The subject of your email must include your company's legal name, state the nature of your email, and include the Sources Sought Solicitation Number: W9124J-15-R-9996. In response to this sources sought, please provide the following information: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or small business), and if applicable, a statement regarding small business status (including small business type(s)/certification(s) such as 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify any other contracting vehicles that may be appropriate for these services, if any. 4. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangements that will be pursued, if any. 5. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, time frame, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. Specifically, the Government wishes the interested vendors to provide information on whether they currently possess the Memorandums of Understanding (MOUs) with the databases described in the draft PWS or if the interested vendor has the capability to quickly obtain these MOUs. 6. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g. market pricing, catalogue pricing), delivery schedules, customary terms and conditions, warranties, etc. 7. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 8. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services. 9. Information regarding the NAICS Code. The anticipated NAICS Code is provided in the announcement. The Government is interested in whether industry feels that NAICS code is appropriate.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/40bec956fd2f54b2acfa5d322f0a6d63)
 
Place of Performance
Address: MICC Center - Fort Sam Houston (JBSA) Directorate of Contracting, Fort Sam Houston TX
Zip Code: 78234-1361
 
Record
SN03809385-W 20150726/150724234813-40bec956fd2f54b2acfa5d322f0a6d63 (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.