Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2017 FBO #5770
SOURCES SOUGHT

Q -- Medical Record Technician Services - Draft PWS

Notice Date
9/8/2017
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Wyoming, 5500 Bishop Boulevard, Cheyenne, Wyoming, 82009-3320
 
ZIP Code
82009-3320
 
Solicitation Number
W912L3-17-R-0003
 
Archive Date
10/10/2017
 
Point of Contact
Christopher Kirk, Phone: 7207725202
 
E-Mail Address
christopher.n.kirk2.mil@mail.mil
(christopher.n.kirk2.mil@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Included is a draft PWS for this effort. This is not the final version. SOURCES SOUGHT NOTICE INTRODUCTION The Wyoming Army National Guard is issuing this sources sought synopsis to identify parties having an interest in and the resources to support the requirement for Medical Records Technicians at the Wyoming Joint Forces Readiness Center in Cheyenne, WY. THE INTENTION IS TO PROCURE THESE SERVICES ON A COMPETITIVE BASIS THROUGH THE SBA 8(A) PROGRAM. 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 (Wyoming Joint Forces Readiness Center Cheyenne, WY ) 100% 0% DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" 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." PROGRAM BACKGROUND The Wyoming Army National Guard Deputy Chief of Staff for Personnel, maintains all of the medical records for the Wyoming Army National Guard ensuring the documents are properly maintained and handled. REQUIRED CAPABILITIES The Contractor shall provide Medical Records Technician services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Work Statement (PWS) 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 and 2) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: See PWS. ELIGIBILITY The applicable NAICS code for this requirement is 541611 with a Small Business Size Standard of $15,000,000. The Product Service Code is Q602. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) 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 10:00 A.M., MST, 25 September, 2017. All responses under this Sources Sought Notice must be e-mailed to OC Christopher Kirk at Christopher.n.kirk2.mil@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 PWS for the base period as well as the option periods. 6.) Provide a statement including current small 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. The estimated period of performance consists of a base year plus four option years with performance commencing in December 2017. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be a Firm Fixed Price Contract. The Level of Effort for one years is estimated at 14,912 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. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, OC Christopher Kirk, in either Microsoft Word or Portable Document Format (PDF), via email at Christopher.n.kirk.mil@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 contract specialist, OC Kirk 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/spg/USA/NGB/DAHA48/W912L3-17-R-0003/listing.html)
 
Place of Performance
Address: Wyoming Joint Forces Readiness Center, 5410 Bishop Blvd, Cheyenne, Wyoming, 82009, United States
Zip Code: 82009
 
Record
SN04669660-W 20170910/170908232551-055f37de91ad1412d4887f25228fb6d6 (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.