Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2015 FBO #5032
SOURCES SOUGHT

Q -- Sleep Study Interpretation - Performance Work Statement

Notice Date
9/1/2015
 
Notice Type
Sources Sought
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-15-T-0254
 
Archive Date
9/29/2015
 
Point of Contact
Jan M Holbrook, Phone: 937- 522-4625, Jillian Kovacs, Phone: 9375224501
 
E-Mail Address
jan.holbrook@us.af.mil, jillian.kovacs@us.af.mil
(jan.holbrook@us.af.mil, jillian.kovacs@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
FA8601-15-T-0254 Performance Work Statement SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) FA8601-15-T-0254 The United States Air Force, AFLCMC/Operational Contracting Branch, Wright-Patterson AFB, OH is seeking capabilities packages of potential sources including Small Business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. This Sources Sought Synopsis is published for market research to identify potential sources that possess the expertise, capabilities, and experience to meet the requirements for Interpretation of Sleep Studies under a contemplated Blanket Purchase Agreement (BPA) that will cover one year in support of the 88th Medical Group (MDG), Wright-Patterson AFB, OH. The Government is seeking potential sources that are capable of providing interpretation of Diagnostic and Therapeutic Polysomnography (PSG), Continuous Positive Airway Pressure (CPAP) titrations, Maintenance of Wakefulness tests (MWT), Multiple Sleep Latency (MSLT) tests, and actigraphy as needed for sleep studies conducted at the 88 MDG Sleep Lab. This Sources Sought Synopsis is issued solely for information and planning purposes. Please review this announcement in its entirety. In accordance with Federal Acquisition Regulation 15.201, this announcement does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any information submitted by respondents to this sources sought synopsis is voluntary and will not be returned. The Government will not reimburse any costs incurred or associated with the submission of information in response to this notice. The decision to solicit for a contract shall be solely within the Government's discretion. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. IMPORTANT: All interested contractors must be registered in SAM in order to be eligible for award of Government contracts. It is the responsibility of the interested parties to monitor this FedBizOpps website for additional information pertaining to this sources sought notice. INSTRUCTIONS: 1. Specific information regarding the scope of this effort is provided in the attached Performance Work Statement (PWS). If after reviewing the PWS you desire to participate in the market research, please complete and return the Contractor Capability Survey below. Response format and due date information is specified at the bottom of this notice. Failure to provide a complete response may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) 2. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 3. Questions relative to this market survey should be addressed via email to Mrs. Jan Holbrook, AFLCMC/PZIOA, at jan.holbrook@us.af.mil. CONTRACTOR CAPABILITY SURVEY: Part I. Business Information: Please provide the following business information for your firm:  Company/Institute Name:  Address:  Point of Contact:  CAGE Code:  Phone Number:  Email Address:  Web Page URL: Based on North American Industry Classification System (NAICS) code: 621111, $11M, please indicate Yes or No whether your company is:  Small Business (Yes / No)  Small Disadvantaged Business (Yes / No)  8(a) Certified (Yes / No)  HUBZone Certified (Yes / No)  Veteran-Owned Small Business (Yes / No)  Service-Disabled Veteran-Owned Small Business (Yes / No)  Women-Owned (WO) (Yes / No)  Economically Disadvantaged Women-Owned Small Business (Yes / No)  Please provide a statement as to whether your company is domestic or foreign owned (if foreign, please indicate the country of ownership).  Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104.  Please provide recent sales history to commercial companies in order to determine commerciality.  Please provide a statement to acceptability of the following proposed provisions and clauses, as they are determined to be consistent with customary commercial practice. The Government anticipates utilizing the following non-commercial provisions/clauses in any resultant solicitation: FAR 52.232.39 Unenforceability of Unauthorized Obligations FAR 52.245-1, Government Property FAR 52.245-9, Use and Charges FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR52.252-5, Authorized Deviations in Provisions DFARS 252.204-7003, Control of Government Personnel Work DFARS 252.2909-7993 Representation by Corporations Regarding an unpaid delinquent tax liability or a felony conviction under any Federal Law AFFARS 5352.201-9101, Ombudsman AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances Attention: Small business respondents who are interested in submitting a proposal as the prime contractor for this effort: No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of providing at least 50% of the entire scope of the Sleep Study Interpretation effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. The clause reads, in part, as follows: "Limitations on Subcontracting (Dec 1996)... (b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction). At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern... ". Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Attention all potential respondents: The acquisition strategy for this program has not been finalized. If this acquisition is not set aside for small business, it is anticipated that the Blanket Purchase Agreement may contain a small business utilization requirement. Please provide feedback on the requirement and what areas are likely candidates for SB subcontracting. Part II. Capability Package Requirements: 1. Provide copies of resumes for the Board Certified Sleep Physicians 2. Provide the Quality Assurance Plan from the Company's Sleep Laboratory RESPONSE FORMAT INSTRUCTIONS: Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-15-T-0254, Sleep Study Interpretation". If this subject line is not included, the e-mail may not get through e-mail filters at Wright-Patterson AFB. Filters are designed to delete emails without subject lines or with suspicious subject lines or contents. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc, or.xls documents are attached to email. Responses are limited to 5 pages and may be submitted electronically to the following email address: jan.holbrook@us.af.mil RESPONSE DUE DATE: Please email responses to jan.holbrook@us.af.mil no later than 4:00 pm, EST, Monday, September 14th 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-15-T-0254/listing.html)
 
Record
SN03867355-W 20150903/150902001138-212c9391b982774fae9425aa46ea4d8b (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.