Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2018 FBO #6167
SOURCES SOUGHT

U -- Tactical Combat Medical Care Course - DRAFT PWS W9124J-19-R-0004

Notice Date
10/10/2018
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Sam Houston (JBSA), 2205 Infantry Post Road, Bldg. 603, Fort Sam Houston, Texas, 78234-1361, United States
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J-19-R-0004
 
Archive Date
11/3/2018
 
Point of Contact
Dawn Rogers, Phone: 2104662199, Maria Cachola, Phone: 210-466-2200
 
E-Mail Address
dawn.r.rogers.civ@mail.mil, maria.d.cachola.civ@mail.mil
(dawn.r.rogers.civ@mail.mil, maria.d.cachola.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT PWS W9124J-19-R-0004 SOURCES SOUGHT INTRODUCTION The Department of the Army, Mission Installation Contracting Command at Fort Sam Houston (MICC-FSH) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for The Army Medical Department Center and School (AMEDDC&S), Tactical Combat Medical Care (TCMC) Course. The intention is to procure these services on a competitive basis 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, and multiple awards MAY be made. 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 Medical Command (MEDCOM), Fort Sam Houston, TX 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. RESPONSES 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." 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. PROGRAM BACKGROUND The Tactical Combat Medical Care (TCMC) course/Army Medical Department Center and School (AMEDDC&S), is designated to provide training and education for medical personnel. The AMEDDC&S has a requirement for an increase in pre-deployment training, services and products to support military medical training throughout the US Army Medical Command (MEDCOM). Purpose: AMEDDC&S is responsible for training and educating medical personnel. To accomplish this mission, AMEDDC&S must provide trained and ready medical personnel to support worldwide contingency operations; produce concepts, doctrine and organizational structure that meets current and future force requirements; create integrated and relevant training strategies, products and programs and make them available for use; and support the Readiness and Managed Care missions of the Military Health System. SPECIAL REQUIREMENTS: • Personnel and Facility Security Clearances. A favorable background check for prospective instructors and a standard Security Clearance is required. Please state whether or not you have approved clearances. • A Non-Disclosure Agreement is required due to access to sensitive material. REQUIRED CAPABILITIES: MICC-FSH anticipates establishing a contract for development and instructor services to support worldwide contingency operations. The contractor shall provide all personnel, supervision, instruction, and all other items and services, as identified in the PWS. Reference draft Performance Work Statement (PWS) for additional details (Attachment 1). All responsible sources shall respond by submitting a written narrative Statement of Capability. The narrative shall include informational literature demonstrating the ability to meet the requirements listed in the "DRAFT" Performance Work Statement (PWS), placing emphasis on the instructor workforce qualifications. Contractors will note that the PWS is in draft form and has not been finalized. The final PWS document may take into consideration information received under this solicitation. For purposes of this acquisition, the foreseen North American Industry Classification System (NAICS) code will likely be 611430 - Professional and Management Development Training. The small business size standard for this NAICS code is $11 million with a corresponding Product Service Code of U008. System for Award Management (SAM) registration is mandatory. MICC-FSH is issuing this notice in order to solicit capability statements from qualified sources to ensure sufficient competition exits to meet the government's requirements. If your organization has the capacity to perform these contract services, please provide the following information: 1) Name of primary point of contact, business address, email address, Web site address, and telephone number; 2) Technical capability statements addressing the specifics of this effort, with appropriate documentation supporting assertions of organization and staffing capacity and capability. Potential teaming arrangements - If significant subcontracting or teaming is anticipated, describe the arrangement structure to deliver the required technical capabilities, inclusive of administrative and management efficiencies gained through teaming. 3) Recent instructional experience in training and educating medical personnel 4) Indicate business size, size standard and status relative to socioeconomic classifications; 8(a), Small Disadvantaged Business, Woman-Owned Small Business, Service Disabled Veteran Owned Small Business, HUBZone Small Business, etc. 5) DUNS Number, CAGE Code, Tax ID, and company structure (Corporation, LLC, Partnership, Joint Venture, etc. 6) What type of work has your company performed in the past in support of the same or similar requirement? 7) Can or has your company managed a task of this nature? If so, please provide details. 8) Can or has your company managed a team of subcontractors before? If so, provide details. 9) What specific technical skills does your company possess which ensure capability to perform the tasks? 10) 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. 11.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. 12.) Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 13) Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested firms responding to this sources sought must provide a capability statement demonstrating their experience, skills and capability to fulfill the Government's requirement. The capability statement shall be in sufficient enough detail, but not exceed ten (10) pages (Times New Roman font of not less than 10 pitch) so that the Government can determine the extent of capable sources existing in the marketplace. The deadline for response to this request is no later than 2 pm, CDT, 19 October 2018. All responses under this Sources Sought Notice must be e-mailed to Contracting Officer: Maria D. Cachola, maria.d.cachola.civ@mail.mil and Contract Specialist: dawn.r.rogers.civ@mail.mil. The estimated period of performance consists of six (6) month base year and two (2) twelve (12) month option years with performance commencing in November 2018. 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 2.5 years is estimated at 76,000 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. Questions and Responses to this Sources Sought / Market Research shall be submitted via email to Dawn Rogers, dawn.r.rogers.civ@mail.mil and Maria Cachola, maria.d.cachola.civ@mail.mil by the date/time listed below. (1) Questions may be submitted by 5:00 p.m. CDT, 15 October 2018. The subject line shall read: "Questions for TCMC, W9124J-19-R-0004." (2) The subject line shall read: "Response to TCMC, W9124J-19-R-0004." 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e169b27c12ea95da85aebbec7426b471)
 
Record
SN05119823-W 20181012/181010230944-e169b27c12ea95da85aebbec7426b471 (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  © 1994-2020, Loren Data Corp.