Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 25, 2016 FBO #5511
SOURCES SOUGHT

Q -- Drug Testing and Specimen Collection Services - DRAFT PWS

Notice Date
12/23/2016
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 111 South George Mason Drive, Building 2, 4th Floor, Arlington, Virginia, 22204-1382, United States
 
ZIP Code
22204-1382
 
Solicitation Number
RFI2017SGDDRP
 
Archive Date
1/26/2017
 
Point of Contact
Norma Hernandez, Phone: 6122407711
 
E-Mail Address
norma.d.hernandez2.mil@mail.mil
(norma.d.hernandez2.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a DRAFT Performance Work Statement. This document does not contain corrections. REQUEST FOR INFORMATION (RFI)/ SOURCE SOUGHT (SS) NOTICE RFI2017SGDDRP - Drug Testing Program Administrative Manager and Observer Management for Specimen Collection NAICS: 541990 NATIONAL GUARD BUREAU (NGB) AIR NATIONAL GUARD (ANG), SURGEON GENERAL, JOINT BASE ANDREWS, MARYLAND 23 December 2016 DISCLAIMER: THIS NOTICE IS FOR INFORMATION, MARKET RESEARCH, AND PLANNING PURPOSES ONLY AND IN ACCORDANCE WITH FAR 15.201(e). THIS REQUEST FOR INFORMATION/SOURCES SOUGHT (RFI/SS) NOTICE IS PUBLISHED TO ENCOURAGE INDUSTRY SOURCES TO RESPOND AND ASSIST THE GOVERNMENT IN ITS PREPARATION OF A SOLICITATION. THIS REQUEST IS NOT A SOLICITATION NOR A REQUEST FOR PROPOSAL (RFP). THIS RFI/SS DOES NOT CONSTITUTE A COMMITMENT BY THE GOVERNMENT TO PUBLISH A REQUEST FOR PROPOSAL FOR PRODUCTS OR SERVICES NOR DOES THIS RFI/SS MAKE ANY IMPLIED AUTHOIRTIY FOR OBLIGATION OR NEGOTATION OF THE STATUS OF THIS REQUIREMENT, ITS FUNDING OR APPROVALS. THIS NOTICE IS FOR MARKET RESERARCH AND RESPONSES WILL BE USED TO HELP DEVELOP THE REQUIREMENT IN TERMS OF POTENTIAL SOURCES AND TYPES, CAPABILITIES AND AVAILABILITY. INTERESTED PARTIES SHOULD NOTE THAT RESPONDING IS STRICTLY VOLUNTARY, BUT HIGHLY ENCOURGED. THE GOVERNMENT WILL NOT REIMBURSE FOR ANY COSTS ASSOCIATED WITH PREPARATION FOR RESPONDING TO THE RFI/SS. THE GOVERNMENT SHALL NOT BE LIABLE FOR ANY DAMAGES ASSOCIATED WITH RESPONES THAT IMPROPERLY IDENTIFY PROPRIETARY INFORMATION IN THEIR SUBMISSION. DOCUMENTS SUBMITTED WILL NOT BE RETURNED AND THERE WILL BE NO FOLLOWUP ON ANY OF THE DOCUMENTS OR SOURCES REPONDING TO THE NOTICE. PROPOSED CONTRACT ACTION: A single, firm-fixed price contract. The type of competition is still to be determined and may or may not be based on the results of this RFI/SS. This purpose of this notice is to assist in the determination of sources and receive questions/feedback from industry. A solicitation is not currently available. If a solicitation is issued it will be announced at a later date and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. PLACE OF PERFORMANCE: Various locations pursuant to the PWS. PROPOSED PERIOD OF PERFORMANCE: A base year of 12 months and four (4), 12-month option periods. Requirement: A "DRAFT" copy of the Performance Work Statement requirement is enclosed for review. The information in the Draft PWS is subject to change. Submission Requirement: Interested parties shall provide a Contractor Capability Package which contains an Information Page and a Capability Statement (CS). The information page will include: General Information: Business name, business address, to include contact information, point of contact, phone number, Cage Code, DUNS, email address, website (if applicable). Questions 1 through 6 are relative to current Small Business Administration certifications and under NAICS 541990 or other closely related NAICS. If other, please specify. (1) Is your business large or small? (2) If small, does your firm qualify as a small, emerging business, or small disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified HUBZone firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran Owned Small or Veteran Owned Small Business? (7) Please tell us what the industry standard practice is for pricing these services. (8) Do you have a current General Services Administration Schedule related to these services and schedule pricing? If yes, list and state schedule Special Item Number (SIN) code. The Capability Statement shall include current and relevant information as it pertains specifically to Draft PWS and the following areas of Interest listed below. Past performance should also be included, and should be within 3 years and may include relevant past performance reports. Format: Acceptable format is Microsoft Office document extension or Portable Document Format (pdf), normal paper size of 8.5" X11". Font: Arial or Times New Roman, Pitch 12, 1 inch margins, single spaced or any other standard fonts are acceptable. The General Information page shall be no more than three (3) pages and the Capability Statement no more than six (6) single pages. Past Performance is not included in total page count for the Capability Statement. Keep in mind this will be electronically submitted in a single email as attachments. Questions: These are additional Questions interested parties may have and must be provided in a separate, standalone attachment with Contractor's Company Name, email, same format as stated above, numbered and referencing the numbering format in the Draft PWS and Areas of Interest, if applicable. Questions embedded within Emails will not be entertained. All questions will be consolidated and answers will be posted with reasonable a time to: https://www.fbo.gov/ Reponses Due Date: Contractor Capability Package, General Information, and Questions are due No Later Than: 11 January 2017, 2:00pm ET. Email Subject Line shall include RFI# and Title: RFI2017SGDDRP - DDRP SUBMIT VIA EMAIL: norma.d.hernandez2.mil@mail.mil Concerns or Other RFI/SS questions may be addressed to: norma.d.hernandez2.mil@mail.mil, and Theresa.m.glasgow.civ@mail.mil Telephone, mail, or fax responses will not be accepted. Questions by phone will not be entertained. ***THIS NOTICE IS FOR PLANNING PURPOSES ONLY. THIS REQUEST IS NOT A SOLICITATION NOR A REQUEST FOR PROPOSAL (RFP). THIS RFI/SS DOES NOT CONSTITUTE A COMMITMENT BY THE GOVERNMENT TO PUBLISH A REQUEST FOR PROPOSAL FOR PRODUCTS OR SERVICES NOR DOES THIS RFI/SS MAKE ANY IMPLIED AUTHOIRTIY FOR OBLIGATION OR NEGOTATION OF THE STATUS OF THIS REQUIREMENT, ITS FUNDING OR APPROVALS. END***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA90/RFI2017SGDDRP/listing.html)
 
Record
SN04359974-W 20161225/161223233129-d39cae3c696a5a2ca641c16603268f24 (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.