SOURCES SOUGHT
R -- Exercise Evaluation and After Action Management Consulting Services
- Notice Date
- 4/17/2019
- Notice Type
- Synopsis
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- Office of the Assistant Secretary for Preparedness & Response (ASPR) Department of Health and Human Services 330 Independence Ave. SW G640 Washington DC 20201
- ZIP Code
- 20201
- Solicitation Number
- 75A50119R00032
- Response Due
- 4/22/2019
- Archive Date
- 4/23/2019
- Point of Contact
- Minnie Wright, Senior Contract Specialist, Phone 2022601460, - Dorothy McMillan, Contracting Officer, Phone 202-260-8541
- E-Mail Address
-
minnie.wright@hhs.gov, dorothy.mcmillan@hhs.gov
- Small Business Set-Aside
- N/A
- Description
- This is a Request for Information (RFI)/Small Business Sources Sought (SBSS) notice issued in accordance with FAR 15.201(e) to conduct market research and for informational planning purposes only. This RFI is not to be construed as a commitment by the Government for any actual Procurement of materials, goods or services, nor will the Government pay for information solicited. The Government will not award a contract on the basis of this notice, or otherwise pay for information solicited by it. Again, the purpose of this notice is to conduct market research to determine if responsible, qualified and experienced sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. The proposed North American Industry Classification System (NAICS) Code is 541618 - Other Management Consulting Services which has a corresponding Size Standard of $15.0 Million. The Government will use this information to determine the best acquisition strategy for any resulting procurement. The Government is interested in all small businesses to include 8(A), Service-Disabled Veteran-Owned, Hub-zone, and Women-Owned small business concerns. The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. DISCLAIMER AND IMPORTANT NOTES: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a solicitation may be (at the Government's discretion) published in Federal Business Opportunities (FedBizOpps), or on GSA Advantage/E-buy, etc.. However, responses to this notice will not be considered adequate response to a solicitation. Confidentiality - No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). INSTRUCTIONS: All respondents capable of satisfying the requirements of the attached Draft Performance Work Statement (PWS) are requested to identify their firm's size and type of business. Interested firms responding to this market survey must provide a capability statement demonstrating their experience, skills and capability to fulfill the Government's requirements. The capability statement shall be in sufficient enough detail, but not to exceed 15 pages, so that the Government can determine the experience and capability of your firm to provide the requirements of the Draft PWS. Your capability statement, not to exceed 15 pages, should include references. The capability statement must be received at the email address identified in this synopsis by 11:00 AM (Eastern Standard Time [EST] on April 22, 2019. Responses by Mail or FAX will not be accepted. Responses should be submitted via e-mail to Minnie Wright, Contracting Officer at minnie.wright@hhs.gov. Submittals are due no later than as stated above after the date of this notice. Submittals will not be returned. Telephonic responses will not be honored. This is not a Request For Proposal (RFP); it is only a Request For Information (RFI). No award will result from this Sources Sought...this notice does not constitute any commitment by the Government. The firm's capability statement shall demonstrate that the potential contractor is solely capable of performing the scope, scale or volume of work required to successfully complete all required tasks. Capability statements shall demonstrate the required level of manpower and other resources required to conduct outreach, research capability and other resources required to execute the numerous intricate tasks and steps requisite in internal and interagency level exercises and evaluations. The capability statement shall demonstrate the potential contractor's ability to perform when executing a required National Level Exercise. Potential contractors shall demonstrate at least ten (10) years of experience in conducting federal exercises at a national agency level, interagency level, regional and state and local levels. Potential contractors must demonstrate/identify appropriate resources to supply printing materials (requirements vary with each meeting but potential contractors should anticipate printing materials such as situation manuals for up to 300 people for a discussion type exercise), and be able to provide subject matter expertise. Contractors must be familiar with Federal agency preparedness and response protocols. Contractors must be well versed in exercise design and exercise material creation. This includes but is not limited to the following: discussion based exercises, functional level exercises, full scale exercises, command post exercises, game simulations and seminars and workshops. Contractors will also be required to develop an After Action Report for each required exercise. Contractors will be required to provide the full range of exercise design development from Concept and Objectives to the Initial, Mid and Final Planning meetings to exercise execution. Event planning is also included. Contractors must be able to provide subject matter experts when appropriate in various disciplines that may be required for each type of exercise and scenario (such as biological, chemical, natural disaster, cyber and nuclear). The Capability Statement shall demonstrate the contractor's capability to support multiple large scale exercises that are occurring simultaneously. Capability statements shall demonstrate the contractor's ability to support travel to multiple locations to support the planning process. Potential contractors must be familiar with the Health and Human Services (HHS) evaluation procedures as well as HSEEP doctrine. Potential contractors should demonstrate their capability to travel and evaluate real world deployments and capture data trends. Contractors should demonstrate their ability to perform trend analysis on compiled data and create a report for the Assistant Secretary for Preparedness and Response (ASPR) leadership. Potential contractors will be required to be familiar with the CAP tool management requirements. The current tool is built in SQL Server 2012. Potential contractors will be required to maintain other web based database and in person tools for tracking and monitoring the corrective action program. The contractor will be required to update the system when needed and create new applications when requested as needed by HHS. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-APR-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/spg/HHS/OOS/OASPHEP/75A50119R00032/listing.html)
- Place of Performance
- Address: U.S. Department of Health and Human Services (HHS) Office of the Assistant Secretary for Preparedness and Response (ASPR) Thomas O'Neill House Building 200 C Street, S.W. Washington, DC
- Zip Code: 20024
- Country: US
- Zip Code: 20024
- Record
- SN05284483-F 20190419/190417230026 (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 |