SPECIAL NOTICE
M -- 541614Expeditionary Contingency Medical Materiel (ECMM) Services
- Notice Date
- 11/3/2017
- Notice Type
- Special Notice
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA8003-18-R-0003
- Archive Date
- 12/5/2017
- Point of Contact
- JoAnn Parks, Phone: 9372575791, Frank Batz, Phone: 9372571519
- E-Mail Address
-
joann.parks@us.af.mil, frank.batz@us.af.mil
(joann.parks@us.af.mil, frank.batz@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation #: FA8003-18-R-0003 Procurement Type: Special Notice Date Posted: 3 Nov 2017 Title: Expeditionary Contingency Medical Materiel (ECMM) Services Classification Code: M - Operation of Structures and Facilities NAICS Code: 541614 Process, Physical Distribution, and Logistics Consulting Services Is this a Recovery and Reinvestment Act Action?: No Response Date: 20 Nov 2017 Primary Point of Contact: JoAnn Parks, Contracting Officer, joann.parks@us.af.mil, Phone: (937) 257-5791 Secondary Point of Contact: Meghan Cherry, Contract Specialist, meghan.cherry@us.af.mil, Phone: (937) 257-2106 Description: The Air Force Medical Operations Agency (AFMOA), Medical Logistics Division, has a requirement for Expeditionary Contingency Medical Materiel (ECMM) Services in the 50 United States, Guam, and Japan. The services provided on this contract support the AF, the Air Force Reserve (AR), the Air National Guard (ANG), the Army, and the JANUS program. The ECMM program is designed to provide medical logistical support personnel for routine staffing at various locations for assemblage packaging, inspection, and audit; and provide medical logistical support personnel for temporary surge in workload for contingency, humanitarian, and base exercises. The aforementioned services supplement Air Force (AF) military personnel and DoD civilian employees. Contractor employees provide full service/operational activity; government personnel ensure the overall performance of the contracted function, but do not perform the individual tasks/services. On 01 Aug 13, the United States Army MEDCOM awarded the current contract as a firm fixed price contract with a one year base and four one-year option periods to CACI-ISS, Inc., (CAGE Code 49DW9) on task order (TO) W81K04-13-F-0013. This TO was awarded off of the GSA Professional Services Schedule (GS-10F-0528N). The period of performance for TO W81K04-13-F-0013 will end on 31 July 18. Responsibility for executing the ECMM contract is transitioning from the Army to the Air Force. As part of this transition, the performance work statement (PWS) is being reviewed in an effort to enhance competition. The revision of the contract requirement to enhance competition has delayed the procurement process. Due to the limited time available before the end of the current ECMM contract, the AF intends to continue to obtain contract services with the award of a directed sole source award to CACI under the authority of FAR 6.302-1. This acquisition will have a twenty-four month period of performance with a six month base period and four three-month options. The contract will include FAR 52.217-8, which allows for an additional six month option to extend services. The options will only be exercised until such time that the follow-on effort is awarded. This approach is intended to enable transition of services from the Army to the Air Force. Utilizing full and open competition to obtain these services now would result in unacceptable delays in fulfilling the requirement and would impair the Government's ability to transition to the contract without disruption to the mission. However, AFICA intends to utilize full and open competition as soon as practically possible for the follow-on effort. This acquisition is a bridge to allow for restructuring of the PWS, solicitation, and source selection for the follow-on effort. This notice of intent is not a request for competitive proposals and no solicitation is available. Any interested responsible party that believes it is equally or otherwise uniquely capable of meeting the requirements described herein may submit a proposal (to include contact information, size status under NAICS 541614, DUNS Number, and CAGE Code). Supporting evidence must be furnished in sufficient detail to demonstrate the ability to fulfill this requirement, must clearly demonstrate that competition would be advantageous to the Government and would not create a break in service or degradation of performance quality. All responses must be provided in writing to the Contracting Officer (JoAnn Parks) with a copy to the Contract Specialist (Meghan Cherry) not later than 5:00 PM Local Dayton, Ohio Time (Eastern) on 20 Nov 2017. A determination by the Government not to compete this proposed contract action is solely within the discretion of the Government. The Government will not be responsible for any costs incurred by responding to this notice. This notice in no way obligates the Government to award any modifications to the existing contracts. For specific questions, please contact the AFICA 771 ESS/EGB Contracting Officer, Ms. JoAnn Parks, at joann.parks@us.af.mil or by telephone at (937) 257-5791, or the Contract Specialist, Meghan Cherry at meghan.cherry@us.af.mil or by telephone at 937-257-2106. Place of Contract Performance: CONUS & Specified OCONUS Set Aside: N/A Archiving Policy: Automatic, 15 days after response date Allow Vendors To Add/Remove From Interested Vendors: Yes Allow Vendors To View Interested Vendors List: Yes
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a5733807c9d5b4756a19ae16bd348cdc)
- Place of Performance
- Address: 1940 Allbrook Drive, Wright-Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN04731410-W 20171105/171103230903-a5733807c9d5b4756a19ae16bd348cdc (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 |