SOURCES SOUGHT
B -- W91ZLK-15-R-0031, SOURCES SOUGHT
- Notice Date
- 7/28/2015
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-15-R-0031
- Response Due
- 8/7/2015
- Archive Date
- 9/26/2015
- Point of Contact
- CHANEL D. DE SILVA, 443-861-4741
- E-Mail Address
-
ACC-APG-TENANT CONTRACTING DIV
(chanel.d.desilva@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- W91ZLK-15-R-0031 SOURCES SOUGHT Army Force Health Protection, Public Health Gap Analysis Services This is a Sources Sought Announcement and request for information only. This is not a Request for Proposals and does not constitute a commitment, implied or otherwise, that the Government will take procurement action on this matter. Requests for a solicitation will not receive a response. The Government will not be responsible for any cost incurred in furnishing information provided under this Sources Sought Announcement. Responses will assist the Government in determining potential responsible sources and to determine the technical capability of the domestic production base. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of members of the community who can support the requirement. The North American Industry Classification (NAICS) Code of this requirement is 541690, Other Scientific and Technical Consulting Services, size standard $15M. Please identify your company's size standard on the applicable NAICS code. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE Location% On-Site Government% Off-Site Contractor US Army Public Health Command (PHC) 5158 Blackhawk Road E-1570, Aberdeen Proving Ground-EA, MD 21010-540380%20% DISCLAIMER quote mark THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A quote mark REQUEST FOR PROPOSAL (RFP) quote mark TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT. quote mark PROGRAM BACKGROUND The US Army Public Health Command (PHC) has identified a need pertaining to public health aspects and program evaluation directly or indirectly affected by Chemical, Biological, Radiological, and Nuclear (CBRN) agents and/or other hazard materials and resulting behavioral health outcomes. Such areas require scientific studies, gap analysis, training, and/or system improvements as they pertain to medical readiness and warrior transition, health/medical science, doctrine, processes, health informatics, data access, systems and data analysis. The US Army Public Health Command contract will enable the development of scientific study, analysis, gap identification, documentation, and furtherance of technical knowledge specific to areas directly and indirectly pertaining to CBRN defense, response, policy, process development. The focus will be on the development of health informatics (knowledge management) building upon existing scientific technical information data discovered in the initial literature search on Medical Readiness and Occupational Health. This effort shall directly benefit the core capabilities of the contractor and its broader technical community. REQUIRED CAPABILITIES This is non-personal services contract to provide to enhance health and medical aspects that impact Force Health Protection concerning medical readiness and occupational health and CBRN/Toxic Industrial Chemicals/Toxic Industrial Materials (TIC/TIM) hazards and their by-products and precursors by performing technical analysis, preparedness activities, reviews, training, analysis, innovative system improvements, or studies. Further detail is provided in the draft Performance Based Work Statement (PBWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: Personnel and Facility Security Clearances. Personnel assigned to the task will possess security the contractor shall complete a DD Form 254, Department of Defense Contract Security Classification Specification for Secret Facility Clearance. The contractor personnel shall be subject to all security requirements in effect at their respective locations and will take all precautions necessary to protect government provided classified and proprietary data. Unescorted access into Restricted Areas: Unescorted access into the restricted areas shall be granted to contractor personnel who possess a current security clearance issued by the Defense Industrial Security Clearance Office (DISCO) or who were the subject of a favorably completed National Agency Check (NAC) or National Criminal Information Check (NCIC). Unescorted access shall be authorized provided no more than 24 months have lapsed since the date of the termination of the security clearance or break of service and there is no known adverse information. The contractor is responsible for providing individuals eligible for unescorted access to service equipment. Since the work to be performed is inside a secure area and all non-US persons are escorted, no foreign nationals (non-US citizens) will be used in this contract. Security Badges: Security badges will only be issued to contractor personnel in accordance with APGR 190-4. Security badges shall be approved and issued by PHC Security personnel to contractor personnel upon written request from the COR and after the investigation or security clearance has been verified. Contractor personnel shall wear the security badge above the waist at all times while in the restricted (security) areas of APG-EA. Contractor personnel shall only display the security badge while inside the security area and ensure that it is out of sight once they exit the security area. The badge WILL NOT be used as identification to gain access to the installation or for identification off the installation. The contractor is responsible for ensuring compliance by contractor personnel. Service Contract Act: Applies in accordance with 52.222-41 -- Service Contract Labor Standards; as by prescribed in 22.1006(a). Reference current Wage Determination Wage Determination No.: 2005-2248 Diane C. Koplewski Division of | Revision No.: 16 Director Wage Determinations| Date of Revision: 12/22/2014 http://www.wdol.gov/wdol/scafiles/std/05-2248.txt?v=16 ELIGIBILITY The applicable NAICS code for this requirement is 541690, Other Scientific and Technical Consulting Services, size standard $15M. The Product Service Code is B506 Data Analyses - Other than Scientific. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Based Statement of Work (PBSOW) and draft Personnel Qualifications Description are attached for review. (Attachment 1) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, EST, 07 August 2015. All responses under this Sources Sought Notice must be e-mailed to chanel.d.desilva.civ@mail.mil This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of one (1) twelve month (12) base period and two (2) twelve (12) month option periods with performance commencing in September 2015. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Firm Fixed Price (FFP). The Level of Effort for 3 years is estimated at 5,940 man-hours. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contracting Officer, Chanel D. De Silva in either Microsoft Word or Portable Document Format (PDF), via email chanel.d.desilva.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the Contracting Officer identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/82441db576ad128be243e0351c7b3862)
- Place of Performance
- Address: ACC-APG-TENANT CONTRACTING DIV, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN03813657-W 20150730/150729000102-82441db576ad128be243e0351c7b3862 (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 |