SOURCES SOUGHT
Q -- AFICA TAC-P Human Performance Optimization
- Notice Date
- 2/7/2019
- Notice Type
- Synopsis
- NAICS
- 621340
— Offices of Physical, Occupational and Speech Therapists, and Audiologists
- Contracting Office
- AFICA - AFICA- PACAF
- ZIP Code
- N/A
- Solicitation Number
- AFICA_TAC-P_HPO_2
- Response Due
- 2/15/2019
- Point of Contact
- Patrick Heppard, Phone 808-471-4632, - Dawn Robinson, Phone 808-471-4256
- E-Mail Address
-
patrick.heppard@us.af.mil, dawn.robinson.5@us.af.mil
- Small Business Set-Aside
- N/A
- Description
- This Request For Information (RFI)/Sources Sought (SS) is issued by the Air Force Installation Contracting Agency (AFICA), 766 Specialized Contracting Squadron, Strategic Acquisitions Flight (766 SCONS/PKZ). This is not a Request for Quote (RFQ) or Request for Proposal (RFP). No contract award will be made on the basis of any response(s) to this notice. PURPOSE: The purpose of this notice is to: conduct additional market research and conduct an exchange with industry prior to receipt of proposal, IAW FAR 15.201, for a known agency requirement. The Government seeks industry comments in response to the specific questions listed below and the Draft Performance Work Statement (PWS) attached. An early exchange of information improves the understanding of Government requirements and industry capabilities, thereby allowing potential Offerors to judge whether or how they can satisfy the Government's requirements, and enhancing the Government's ability to obtain quality supplies and services, including construction, at reasonable prices, and increase efficiency in proposal preparation, proposal evaluation, negotiation, and contract award. The responses/feedback received in response to this notice will be used to: identify and resolve concerns regarding the acquisition strategy, including proposed contract type, terms and conditions, and acquisition planning schedules; the feasibility of the requirement, including performance requirements, statements of work, and contract deliverables/requirements; the suitability of the proposal instructions and evaluation criteria, including the approach for assessing past performance information; the availability of referenced documents (if applicable); and any other industry concerns or questions. DESCRIPTION OF SERVICES: The Government has a requirement for non-personal medical services in support of the United States Air Force, Headquarters Pacific Air Forces (PACAF), Tactical Air Control Party (TACP), Human Performance Optimization (HPO) program. The HPO Services will be provided at four (4) known PACAF locations: Fort Wainwright, Alaska; Joint Base (JB) Elmendorf Richardson, Alaska; Wheeler AAF, Hawaii; and JB Lewis McChord, Washington. The contract award will provide at a minimum a total of eight (8) Full-Time Equivalents (FTEs): one (1) Exercise Physiologist and one (1) Physical Therapist at each of the four (4) known locations. The PWS includes two (2) additional PACAF locations which may have future requirements: Osan Air Base, Republic of Korea and Camp Humphries, Republic of Korea. The requirement for services at these locations have not been confirmed and are not required at this time. However, interested Offerors must have the capability to provide services at all locations within Republic of Korea. Offerors must have the ability to respond to surge requirements, which may result in an increase of medical personnel/staffing (FTEs). CONTRACT TYPE/ANTICIPATED PERIOD OF PERFORMANCE: The anticipated contract will be a Firm-Fixed Price contract. Period of Performance: one (1) 12 month base period year and four (4) 12 month option periods. The resultant contract award will include FAR Clause 52.217-8, Option to Extend Services for a period of performance not to exceed a six (6) month extension of services. The total period of performance shall not exceed 5 (five) years and 6 (six) months. PROJECTED CONTRACT AWARD DATE: On/about 31 Aug 2019 The results of this RFI will also be used as an effort to obtain competition, identify qualified potential sources, and promote full and open competition to the maximum extent practicable in accordance with (IAW) FAR Part 19, FAR Part 10, FAR Part 6, FAR Part 5, and the Competition in Contracting Act (CICA), 41 U.S.C. 253. TOTAL SMALL BUSINESS SET ASIDE: The Contracting Officer will use the responses received from this notice to determine if a total small business set-aside is appropriate. The Contracting Officer must determine if there is a reasonable expectation of obtaining offers from two or more responsible small business concerns that are competitive in terms of market prices, quality, and delivery IAW FAR 19.502-2(a) and FAR 19.203. Contracting Officer intends to offer and/or award this requirement to the Small Business Administration (SBA) as an 8(a) competitive procurement IAW FAR 19.800(b) and FAR 19.800(d), if there is a reasonable expectation of obtaining offers from two or more responsible 8(a) firms. PARTIAL SMALL BUSINESS SET ASIDE: This requirement is for non-personal medical services which are non-severable. As a result, the Contracting Officer has determined this requirement is not suitable for a partial set aside IAW FAR 19.502-3(a)(2). FULL AND OPEN COMPETITION: Contracting Officers shall provide for full and open competition through use of the competitive procedure(s) contained in this subpart that are best suited to the circumstances of the contract action and consistent with the need to fulfill the Government's requirements efficiently IAW FAR 6.101 (b). PROCUREMENT HISTORY FOR SIMILAR SERVICES: Award Date: 31 July, 2017; Acquisition type: 8(a) Sole Source; Contract number: FA521517P7002; Contractor: Kili, LLC.; and Cage: 5HX82. The contract includes three (3) Exercise Physiologists servicing four (4) locations: Fort Wainwright, Alaska (with EP at that location servicing JB Elmendorf Richardson, Alaska); Wheeler AAF, Hawaii; and JB Lewis McChord. NEW WORK DETERMINATION: The current requirement is considered to be new work based on the following factors: the increased level of effort required to support this requirement, additional requirement for full time exercise physiologists, additional requirement for at least one physical therapist at each of the four (4) known locations and the inclusion of surge requirements to support non-personal medical requirements in Republic of Korea. INDUSTRY EXCHANGE IAW FAR 15.201(b) The purpose of exchanging information is to improve the understanding of Government requirements and industry capabilities, thereby allowing potential Offerors to judge whether or how they can satisfy the Government's requirements, and enhancing the Government's ability to obtain quality supplies and services, including construction, at reasonable prices, and increase efficiency in proposal preparation, proposal evaluation, negotiation, and contract award. The sections below are included to help facilitate these exchanges. IAW FAR 15.201(c)(4), the Contracting Officer may host one-on-one meetings with any or all potential Offerors who provide an adequate response to the Request For Information (RFI), without further public notice. IAW FAR 15.201(f), general information about agency mission needs and future requirements may be disclosed at any time. After release of the solicitation, the Contracting Officer must be the focal point of any exchange with potential Offerors. When specific information about a proposed acquisition that would be necessary for the preparation of proposals is disclosed to one or more potential Offerors, that information must be made available to the public as soon as practicable, but no later than the next general release of information, in order to avoid creating an unfair competitive advantage. Information provided to a potential Offeror in response to its request must not be disclosed if doing so would reveal the potential Offeror's confidential business strategy, and is protected under FAR 3.104 or FAR Subpart 24.2. When conducting a pre-solicitation or preproposal conference, materials distributed at the conference should be made available to all potential Offerors, upon request. INFORMATION REQUESTED : Potential Offerors shall provide responses in the same numerical order as listed below. At a minimum, potential Offerors shall provide complete/sufficient responses to questions below. The Contracting Officer will deem incomplete/insufficient responses received from potential Offerors as unacceptable. As a result, potential Offeror's submission lacks the capability to be determined "responsible" to perform this requirement. DO NOT SUBMIT A CAPABILITIES STATEMENT/BRIEF. Specific responses to the questions below are requested. Responses shall not exceed 10 pages. 1. Company Information: Name, address, telephone number, point of contact name(s), e-mail address(es), DUNS and CAGE code, business size large or small. If small business identify the following: type of small business and/or socio economic class. If an 8(a)/SDB firm, include 8(a) program graduation/exit date. BUSINESS SIZE STANDARD: Interested sources shall identify its business size standard based on the primary North American Industrial Classification System (NAICS) code of 621340, Offices of Physical, Occupational and Speech Therapists, and Audiologists. Responses may be used to develop and/or determine if small business prime and subcontracting opportunities exist for this requirement IAW FAR Part 19.501(b). - Large Business Concern - Small Business (SB) Concern - 8(a)/Small Disadvantaged Business (SDB) - Woman-Owned Small Business - Historically Underutilized Business Zone (HUBZone) - Veteran-Owned Small Business - Service-Disabled Veteran-Owned Small Business (SDVOSB) For more information, refer to http://www.sba.gov/content/tablesmall-business-size-standards. 2. Performance Work Statement (PWS) Review: IAW FAR 15.201, the PWS has been provided to improve the understanding of the requirement and enhance the ability of the Government to obtain quality services. The Government requests that industry carefully review the attachment and offer comments or suggestions, with specific references to the attachments (e.g. section, paragraph number, page number). Any changes to the Draft PWS will be at the discretion of the Contracting Officer. a. Provide feedback and/or questions concerning the content of the PWS below: b. Provide feedback/comments concerning Attachment A: Service Summary contained within PWS. 3. Evaluation procedures. Contracting Officer intends to award using procedures identified in FAR 12 and FAR 13.5- Simplified Procedures for Certain Commercial Items. Provide feedback/comments (if any) concerning this approach. Comments may include but not limited to: evaluation factors, past performance (recency/relevancy) etc. 4. Education, Technical Experience, Credentialing and License: a. Are the education, experience, license and certification requirements contained in the PWS consistent with the industry standard? If yes, why? If no, why? Specifically address the Masters Degree requirement for the Exercise Physiologist and PhD/Doctorate requirement for the Physical Therapist. 5. Transition of Services PWS Section 8.1-Transition In. Review PWS section 8.1 and provide feedback/comments. Are the time limits stated sufficient/adequate to successfully transition services from the incumbent? The Contracting Officer intends to include FAR Clause 52.237-3 -- Continuity of Services. 6. Recruitment and Retention: Recruitment and retention is vital to the success of this requirement. a. List and provide details of any concerns/circumstance your firm anticipates and/or have experienced with recruiting and/or retaining qualified candidates in the following locations: Hawaii, Washington, Alaska and Republic of Korea. Please address each location. b. How can the Government mitigate the negative impact of the circumstances identified above which may have a negative impact on recruitment and/retention? 7. Credentialing Procedures for Government Medical Facilities: a. Identify information the Government can provide to potential offers to assist with reducing the credentialing approval process/lead times at the various locations: Hawaii, Washington, Alaska and Republic of Korea b. Provide any additional feedback to Contracting Officer below: 8. The Government has determined this requirement to be non-personal medical services IAW FAR Subpart 37.4. How does the non-personal determination affect a potential Offeror's ability to fill both the Exercise Physiologist(s) and Physical Therapist(s) labor categories for Insurance, Credentialing, License etc.? a. Compare and contrast the use/acquisition of a non-personal services vs personal services to fulfill the Physical Therapist labor category requirement. b. Compare and contrast the use/acquisition of a non-personal services vs personal services to fulfill the Exercise Physiologist labor category requirement. 9. Identify/provide feedback on any potential performance, schedule, or price/cost risks anticipated. Discuss options the Government should consider to mitigate those risks. 10. Solicitation Time: FAR 5.203(a)(1) the Contracting Officer may- Establish a shorter period for issuance of the solicitation; or use a combined/synopsis solicitation to reduce the time required to solicit and award contracts for the acquisition of commercial items (see FAR 16.603). This procedure combines the synopsis required by FAR 5.203 and the issuance of the solicitation into a single document. The Contracting Officer anticipates a fifteen (15) calendar day solicitation time for this requirement. The Contracting Officer anticipates the release of a "draft solicitation", prior to the formal solicitation. The Contracting Officer has not made a final decision concerning the method of synopsis and/or solicitation to use for this acquisition. IAW FAR 5.203(b), the Contracting Officer will consider the circumstances of the individual acquisition, such as the complexity, commerciality, availability, and urgency, when establishing the solicitation response time. As a result, the Contracting Officer solicits feedback from potential offers concerning a fifteen (15) calendar day solicitation period. a. Provide comments if a fifteen (15) day the shorter solicitation period will impact your firm's ability to provide an adequate/complete proposal. b. Provide sufficient detail to allow the Contracting Officer to make an informed decision. The Contracting Officer will review and consider all responses and/or questions received. However, Contracting Officer is not required to implement any feedback/suggestions received. The Contracting Officer will not provide a written and/or verbal response to any questions received. RESPONSES: All submissions for this notice shall be submitted in writing to BOTH the Government point of entry (GPE) ( www.fedbizopps.com ) and via email to: patrick.heppard@us.af.mil and dawn.robinson.5@us.af.mil. Submissions through FBO and via email shall reference the proper subject - RFI-2 Response for TAC-P Human Performance Optimization. The Contracting Officer will not consider questions/comments received after the closing date of this RFI. Potential Offers shall provide clear, concise, and complete answers via e-mail and GPE, NO LATER THAN 17:00pm, Hawaii Standard Time (HST) on February 15, 2019. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/88491c0949c0232c4220ca648c09f834)
- Place of Performance
- Address: 25 E Street Ste I-326 Hickam AFB, HI
- Zip Code: 96853-5427
- Country: US
- Zip Code: 96853-5427
- Record
- SN05215286-F 20190209/190207230019 (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 |